Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
MODIFICATION

K -- Modification/Upgrade to Detroit Diesel Engines (VER 2)

Notice Date
2/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-16-T-0003
 
Archive Date
2/27/2016
 
Point of Contact
William J. Yongue, Phone: 4438614727
 
E-Mail Address
william.j.yongue.mil@mail.mil
(william.j.yongue.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following combined synopsis/solicitation has been amended to extend the response date to 12 February 2016, and to change to FULL AND OPEN Competition. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-83 (2 July 2015). The solicitation number for this requirement is W91ZLK-16-T-0003. This requirement is FULL AND OPEN COMPETITION. The applicable North American Industry Classification System (NAICS) Code is 811111 - General Automotive Repair, which has a small business size standards of 7.5 million dollars. This requirement is to modify seven existing stationary engines to meet new emission requirements. The Government contemplates award of a Firm-Fixed Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Proposals shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process. Place of Performance: Aberdeen Proving Ground, Maryland, 21005. Description of Requirement: To provide upgrades/modifications to one Cummins Engine VTA903T/11340555, one Bridge Crossing Simulator Detroit Diesel Engine 06R0570484, and five LWE Detroit Diesel Engines. Contractor's technician shall be MTU/Detroit Diesel Factory Certified to perform the required modifications. Please see the attached Performance Work Statement (PWS) for further details. The Government shall not exercise any supervision or control over the contract service provider performing the services. See attached Performance Work Statement for complete requirement. Instructions for Offerors: Offerors shall submit price proposals in accordance with the structure below. Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. CLIN 0001 Engine Modifications The contractor shall modify the following engines to meet requirements listed in the attached PWS. 1. One (1) UTF Cummins Engine VTA903T/11340555 2. One (1) Bridge Crossing Simulator Detroit Diesel Engine 06R0570484 3. Five (5) LWE Detroit Diesel Engines a. 06R0841229 b. 06R0841231 c. 06R0841232 d. 06R0841233 e. 06R0841234 CLIN 0002 Accounting for Contract Services. Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil The following provisions and clauses will be incorporated by reference: • 52.204-7 System for Award Management • 52.204-9 Personal Identity Verification of Contractor Personnel • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). • 52.204-13 System for Award Management Maintenance • 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - - Representation • 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.212-1 Instruction to Offerors Commercial Items • 52.212-2, Evaluation Commercial Items The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. • 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. • 52.212-4 Contract Terms and Conditions Commercial Items. • 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019). • 52.217-5 Evaluation of Options • 52.217-8 Option to Extend Services • 52.217-9 Option to Extend the Term of the Contract • 52.219-28, Post Award Small Business Program Re-representation (JUL 2013). • 52.222-3, Convict Labor (June 2003). • 52.222-21 Prohibition of Segregated Facilities • 52.222-22 Previous Contracts and Compliance Reports • 52.222-26 Equal Opportunity • 52.222-36 Affirmative Action for Workers with Disabilities • 52.222-42 Statement for Equivalent Rates for Federal Hires • 52.222-50 Combating Trafficking in Persons • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13 Restrictions on Certain Foreign Purchase • 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications • 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). • 52.232-39 Unenforceability of Unauthorized Payments • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • 52.233-1 Disputes • 52.233-3 Protest after Award • 52.233-4 Applicable Law for Breach of Contract Claim • 52.237-1 Site visit • 52.237-2 Protection of Govt Buildings, Equipment, & Vegetation • 52.243-1 Alternate I Changes - Fixed Price • 52.252-1 Solicitation Provisions Incorporated by reference • 52.252-5 Authorized Deviations in provisions The following additional DFAR clauses cited in the clause are applicable: • 252.212-7000, Offeror Representations and Certifications Commercial Items • 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) • 252.203-3 Gratuities • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7003 Agency Office of the Inspector General • 252.211-7003 Item Identification and Valuation • 252.225-7001 Buy America and Balance of Payment Program • 252.225-7008 Restriction on Acquisition of Specialty Metals • 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals • 252.225-7012 Preference for Certain Domestic Commodities • 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools • 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings • 252.225-7021 Trade Agreements • 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program • 252.227-7015 Technical Data-Commercial Items • 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable • 252.225-7038 Restriction on Acquisition of Air Circuit Breakers • 252.232-7003 Electronic Submission of Payment Requests • 252-247-7023 Transportation of Supplies by Sea • 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 12:00 P.M. EST, 10 February 2016. Please submit questions to SSG William J Yongue, by email at William.j.yongue.mil@mail.mil ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:00 P.M. EST, 12 February 2016 via email to SSG William J Yongue, by email at William.j.yongue.mil@mail.mil. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/471d322c586fa715523391264a3e71b3)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04009216-W 20160205/160203234721-471d322c586fa715523391264a3e71b3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.