|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1998 PSA#2227USA MATERIAL COMMAND ACQUISITION CENTER, NATICK CONTRACTING DIVISION,
ATTN: STEAA-NC, NATICK MA 01760-5011 54 -- CARGO BED COVERS (CBC) TYPE III AND TYPE IV. SOL
DAAD16-99-R-0005 DUE 020899 POC Emily Hatcher (508)233-4368 (Site Code
DAAD16) The U.S. Army Soldier Biological and Chemical Command
(SBCCOM), Soldier Systems Center (SSC) has a requirement for the
procurement of a Type III Cargo Bed Cover (CBC) for the M35A2, 2-1/2
Ton Lightweight Medium Tactical Vehicle (LMTV)/M1082, 2-1/2 Ton LMTV
Trailer and a Type IV CBC for the M923, 5 Ton Cargo Truck/M1083, 5 Ton
Medium Tactical Vehicle (MTV)/M1095 5 Ton MTV trailer. The Government
may award one contract (for both variants) or two contracts (one for
each variant) utilizing the best value concept, of a Firm-Fixed Price
Requirements contract consisting of a Basic Ordering Period with four
Optional Ordering Periods, not to exceed 60 months. The Basic Ordering
Period will consist of an estimated quantity of 50 Low Rate Initial
Production (LRIP) units, of each variant, for First Article Test and
Field Evaluation. Each optional Ordering Period will consist of an
estimated quantity of 350 CBCs for each variant. This acquisition will
be conducted on a full and open competitive basis; however, it will
include Small and Small Disadvantaged Business Subcontracting Goals.
NOTICE: In accordance with Federal Acquisition Regulation (FAR) Part
15.202 -- Advisory Multi-Step Process, the Government invites potential
Offerors to submit a concept paper, limited to 5 pages in length,
describing their technical approach (proposed design, type of material,
approach in meeting the performance specifications, and design
verification approach and capabilities); projected unit price for the
CBC for the basic ordering period and production (supporting cost and
pricing data is not required or desired); and the projected delivery
schedule in terms of capability of producing the minimum and maximum
quantities per month with the anticipated lead time. The Performance
Specifications are currently posted on the SSC Homepage. No hardcopies
will be mailed. The Government will evaluate all concept papers
submitted and provide a written response to the Offeror within 10 days
of receipt of the concept paper. The Government may also conduct
one-on-one meetings with those Offerors that submitted a concept paper.
The purpose of this process will be to inform potential Offerors
whether or not the Government believes they will be a viable competitor
in this acquisition and the reasons for that opinion. This process will
not preclude Offerors from participating in the acquisition. Concept
papers will be accepted until December 14, 1998. In accordance with FAR
Part 5.102 (a)(7) all documents (Draft RFP, Final RFP, amendments,
etc.) associated with this acquisition will be released via the SSC
Homepage. A draft RFP will be posted on the SSC Homepage on or about
November 30, 1998. The Final RFP will be posted on the SSC Homepage on
or about January 4, 1999 with a closing date of February 8, 1999.
Firms will not be reimbursed for any costs associated with the concept
paper and or proposal preparation. The applicable SIC Code for this
acquisition is 3715. The SSC Homepage is located at
http://www.natick.army.mil. E-mail address for Emily Hatcher, Contract
Specialist, is ehatcher@natick- amed02.army.mil. Posted 11/19/98
(I-SN273026). (0323) Loren Data Corp. http://www.ld.com (SYN# 0198 19981123\54-0001.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|