Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2017 FBO #5591
SOLICITATION NOTICE

23 -- Running Gear - DFARS 252.203-7995 - Requirements - FAR 52.222-25 - FAR 52.222-22 - Provisions & Clauses - DFARS 252.203-7994 - FAR 52.212-3 - DFARS 252.209-7991 - FAR 52.209-2

Notice Date
3/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-R-0038
 
Archive Date
3/31/2017
 
Point of Contact
Isaiah Steward, Phone: 9375224539
 
E-Mail Address
Isaiah.Steward@us.af.mil
(Isaiah.Steward@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 Attachment 6 Attachment 9 Attachment 7 Attachment 1 Attachment 3 Attachment 4 Attachment 2 Attachment 8 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in the sole source award of a Contract for commercial items, i.e. Running Gear as described under the paragraph below titled " Requirements." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.To be eligible for award: •(a) the offeror's proposal must conform to the requirements of the synopsitation; •(b) each item to be included in a resulting award must receive a rating of "Acceptable" on the Technical evaluation factor; •(c) The proposed price to be included in a resulting award must be determined to be fair and reasonable based on price analysis, as described in FAR 13.106-3(a); and •(d) the offeror must be determined to be responsible based on the standards in FAR 9.104 Proposal evaluation does not permit tradeoffs between price and non-price factors. The Government reserves the right to (1) award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. Synopsitation Number: FA8601-17-R-0038. Set Aside: Sole Source. NAICS Code: 333924: Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing. Small Business Size Standard: 750 EMPLOYEES Solicitation Closing Date: Proposals must be received not later than 12:00pm, Eastern time, on 16 March 2017. Acceptable means of Submission: All submissions must be submitted electronically to Isaiah.Steward@us.af.mil. Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-17-R-0038 " The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 Jan 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 Dec 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-0127, effective 27 Jan 2017. Address questions regarding this synopsitation to Isaiah Steward telephonically at (937) 522-4539 or via e-mail at isaiah.steward@us.af.mil. A detailed description of the requirement, specific instructions for submission of proposals, and how proposals will be evaluated are provided below. The draft award, including applicable provisions and clauses, representations and certifications and other terms and conditions is an integral part of this synopsitation and is attached. Upon award, the Additional Instructions to Offerors, Evaluation Factors, provisions, and representations and certifications in the synopsitation (including in the draft award) will be removed from the award document. Delivery Schedule: As scheduled following award Delivery Destination: AFLCMC/EZPAA Adam Ryba 5215 Thurlow St. Wright-Patterson AFB, OH 45433-7765 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirements: The Government, specifically AFLCMC/EZPAA, located at Wright-Patterson AFB, OH, has the requirement for A Running Gear System for aircraft transport towing trailer. The following is the list of requirements: Interface: The running gear system shall attach independently to each corner interface of the trailer The system shall not have any axle or part that connects wheel axles between sides except the steering linkage parts. The tow bar shall attach to a separate interface on the front of the trailer frame and provide the side to side pivot necessary to operate the steering system. The overall running rear width when installed on the trailer shall be 65 IN to the outside of the tires. The wheelbase length shall be 210 IN. The running rear system must attach to the trailer frame, which has a width of 36 IN. Each wheel (one per corner) shall be bolted to a vertically oriented mounting plate. Suspension: Each wheel must have a minimum suspension travel of 1.625 IN. Each wheel must incorporate a coil spring type suspension system. The running gear system shall be equipped with four 6.00-9 x 10 ply pneumatic tires. Steering: The running gear shall incorporate an Ackerman type automotive steering system. The minimum inside cramping angle shall be 40°. Load bearing: The running gear system shall have a Front/Rear weight distribution of 40%/60% with a gross weight of 6500 LB. The running gear system shall be designed to withstand the aircraft transportation system loading requirements in accordance with MIL-STD-1791A, Paragraph 5.3.3.1, and Table IV. The basic loading requirements are 4.5Gs down, 3Gs forward, 1.5Gs lateral and aft, and 2Gs upward while fully loaded. Towing: The running rear system shall be towed at 5 MPH. The running gear system must have a tow bar that is a minimum of 110 IN long. The tow bar shall pivot 90° upward for stowage purposes. Aircraft transportation: No part of the running gear systems shall contact the aircraft ramp transitions during loading and unloading on the C-17 and C-5 aircraft. The running gear system shall be designed to withstand the aircraft transportation system loading requirements of 4.5Gs down, 3Gs forward, 1.5Gs lateral and aft, and 2Gs upward while fully loaded with a gross weight of 6500 LB. Braking: The brakes shall conform to the requirements of SAE AS8090 par. 3.6.1., 3.6.1.1., and 3.6.1.2. The parking brakes shall be either the automotive type with internal expanding shoe, proper backing plates, and drum, or the automotive disc type. The brakes shall be easily and quickly applied by means of a single manual control (hand lever) not exceeding 18 inches in length from the pivot point that will simultaneously operate all brakes to lock the wheels against rotation. Brake actuation forces shall not exceed 200 pound inches. Parking brake performance: The parking brakes shall lock the wheels so that the wheels will skid and not roll on dry, level, brushed concrete free of loose material when the vehicle, with maximum gross load, is subjected to a towing force sufficient to move it. The vibrations and shocks encountered on the applicable operating surfaces shall not cause the brakes to engage. Moving force shall be applied in both the forward and reverse directions. The parking brakes shall hold the vehicle, with maximum gross load, whether headed up or down a 11.5° incline. The brakes shall be operated by a single lever positioned in close proximity to the tow bar. All necessary cables, actuator handle, fittings, etc. shall be supplied by the running gear manufacturer as a bolt-on system. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Total price, No Progress Payments 6. Shipping (FOB Destination) 7. Delivery Schedule 8. Completed copy of FAR 52.212-3 Alternate I (if not already completed in SAM) 9. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) 10. Completed copy of DFAR 252.209-7991(attached) Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: •(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above •(b) Submission of offers is as prescribed in the text of this synopsitation (c) Offer Acceptance and Validity Dates : This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide the Assured Maintenance Plan and other supplies described above under "Requirements". Price Proposal: Price List: The offeror shall provide a proposal that includes the price of all items listed above under "Requirements." The proposal/quote must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. Prices should be proposed as F.o.b. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft award with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (April 2016) with its Alternate I (October 2014) DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 13.5-Test Program for Certain Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to: 1. Provide equivalent Equipment necessary as specified under "Requirements". 2. Provide the requisite parts with the full functionality as described above under "Requirements" FACTOR 2 Price: Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Evaluation Process: •(a) The Government will initiate concurrent evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. •(b) If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachment: •1. Provisions and Clauses •2. Requirements •3 3. FAR 52.209-2 •4 4. FAR 52.222-22 •5 5. FAR 52.222-25 •6. DFARS 252.209-7991 •7. DFARS 252.203-7994 •8. DFARS 252.203-7995 •9. FAR 52.212-3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0038/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04433625-W 20170315/170313235256-be7b1dc1ed316a52fd210bd5f7e8f923 (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.