Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431

U.S. Army Materiel Command, Natick Contracting Division, Attn: AMSSB-ACN, Natick, MA 01760-5011

39 -- MULTI-PURPOSE CART COMBINED SOLICITATION/SYNOPSIS SOL DAAD16-99-R-1029 DUE 101399 POC Tom Bouchard, Contract Specialist (508) 233-4026 WEB: US Army Materiel Command A/C-Natick Contracting Division, http://www3.natick.army.mil. E-MAIL: To contact the Contract Specialist, tbouchar@natick-amed02.army.mil. The U.S. Army Soldier and Biological Chemical Command -- Soldier Systems Center (SBCCOM-SSC), on behalf of the United States Marine Corps (USMC), has a requirement for a Multi-Purpose Cart (MPC). The MPC will be used by Marine units to enhance the mobility and stamina of the individual Marine by lightening his load, and delivering ammunition and survival materials to their destination. They will also be used to move personnel. The MPC will also function to evacuate casualties and transport mission required items to forward elements. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the MPC; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is DAAD16-99-R-1029. The MPC shall have the following salient characteristics: The weight of the MPC shall be 35lbs or less; must be tri-folding consisting of three sections with two pivot points capable of 360 degrees of rotation (with three or more lockable positions); width must not exceed 33" across at the widest point; compacted dimensions of no more than 30"long x 28"W (wheels removed) x 4" deep; working dimensions: 77"L x 32"W extendable to 92"L x 32"W; with a minimum capability of transporting 300lbs of cargo with an objective load of 417lbs; and a ground clearance of not less than 9 inches. The MPC shall meet the following operational requirements: The MPC shall not require the use of tools in the assembly and disassembly. The MPC must be field maintainable, and maintenance must be minimal and require only minimal tools and easily interchanged spare parts. The MPC must be able to be disassembled into not more than four sections (wheels and axles will account for a single section). A single Marine must be able to maneuver the cart with hands free in order to operate a weapon, navigation or communication device. In hands free use the MPC must possess a quick release to enable the Marine to disconnect from the cart in an emergency situation. The MPC must have the capability of securing personnel or cargo being transported. The MPC must be capable of functioning in all terrain to include open, light brush, soft ground, and sloping terrain features and in a maximum of three inches of snow. The MPC must also function unprotected in harsh environments to include temperature extremes from -40 to 125 degrees Fahrenheit, and be corrosion resistant for use in and around salt water. The MPC must be capable of transporting a single Marine casualty with full combat equipment. This document incorporates Provisions and Clauses in effect through Federal Acquisition Circular 97-13. This acquisition is one hundred percent (100%) set-aside for Small Business. The Standard Industrial Classification (SIC) for this procurement is 3799 and the Small Business Size Standard is 500 employees. The Government anticipates awarding a single Firm-Fixed-Price/ Indefinite Delivery-Indefinite Quantity contract with one twenty-four (24) month Ordering Period. The Contract will have two CLINs: one CLIN for the MPCs and one CLIN for Repair/Spare Parts. The CLIN for the Repair/Spare Parts may have various SubCLINs applicable to the number of different Repair/Spare Parts offered. The guaranteed Minimum Quantity will only be applicable for the MPC, with minimum/maximum quantities of 100/2,000 each. There will not be a guaranteed minimum or maximum for the Repair/Spare Parts. The maximum length of the contract shall be 24 months from date of contract award. The U.S. Army Materiel Command Acquisition Center, Natick Contracting Division, Natick, MA on behalf of the United States Marine Corps will issue the Contract and subsequent delivery orders. However, this does not preclude the ordering of the MPC for organizations other than the USMC. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destination and Inspection and Acceptance shall be at Destination by the cognizant receiving authority. The contractor may assume that approximately equal quantities will be shipped to the following locations: Quantico, VA 22134; Camp Edwards, MA 01022; Okinawa, Japan; Camp Lejeune, NC 28542; Camp Pendelton, CA 92055; and 29 Palms, CA 92709. The required delivery schedule is 35 items per month beginning 30 calendar days after issuance of a delivery order. The contractor will not be required to deliver in excess of 35 items per month irrespective of the number of orders received. Offerors are required to submit one Product Sample with their proposal. The Government will not return any samples submitted. Offerors shall submit a written proposal not exceeding 3 pages which describes how their proposed item meets the requirements stated herein, to includeproduct literature commercially available on the proposed item, and terms of the commercial warranty offered; Offerors shall submit Past Performance information not exceeding 2 pages which describes the offeror's recent, relevant experience in providing similar items to either commercial or Government customers with points of contact and phone numbers. Offerors shall provide the unit price of each MPC and clearly identify and provide pricing for each Repair/Spare Part(s) for the proposed item. Offerors are encouraged to provide pricing for economic order quantities (i.e. 1 to 50; 51 to 100, etc.). Should the Government issue delivery orders within 60 days of each other and final delivery has not occurred, the delivery order will be issued reflecting the economic quantity pricing for the total quantity of all relevant delivery orders. All affected delivery orders will be subsequently modified to reflect the lower economic quantity pricing. The Government may determine that a proposal is unacceptable if the proposed prices relative to any economic ordering quantities are materially unbalanced. Unbalanced economic ordering pricing exists when, despite an acceptable total evaluated price, the unit discount pricing is significantly understated or overstated as indicated by the application of price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. The Government anticipates placing a delivery order for an estimated quantity of 363 MPCs upon award of the contract; however, this does not commit the Government to placing such an order upon contract award. Offerors shall provide a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with their proposal. Offerors shall submit two (2) copies plus one original (identified as such) of their proposal, the information presented shall be submitted in the order as it was requested and it shall be bound in a binder. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The following Areas will be evaluated and are stated in order of importance (Technical>Price>Past Performance): TECHNICAL -- Proposed item's capability to meet the solicitation requirements as demonstrated by, written proposal, product literature and product sample. Evaluation will include field testing, materials evaluation and lab testing to determine that the item meets the requirements set forth for performance, durability, and weight. The MPC will be tested for all of its intended uses in a simulated combat environment designed to assess the performance, equipment compatibility, safety, ease of use, durability, and overall user acceptance of the item; PRICE AREA -- Price for the MPC will be evaluated on the overall price associated with the maximum amount and the economic ordering quantity discount prices given that the initial delivery order of approximately 363 units and the likelihood that most orders will be in excess of 25 units; Price for the Repair/Spare Parts will be evaluated for fair and reasonableness for each Repair/Spare Part offered; and PAST PERFORMANCE AREA -- The Offeror's past performance with Government and Commercial customers in the area of producing similar and/or related products of the MPC. Specific areas of past performance examined will include demonstrated technical and schedule performance, responsiveness to contract requirements and customer satisfaction. Emphasis will be placed on recent, relevant experience. The technical area will receive an adjectival rating as follows: Excellent, Acceptable, or Unacceptable. The Price Area will be evaluated based on the price competition of this acquisition. Fairness and reasonability will be determined accordingly by the Contracting Officer. The Past Performance Area will be rated as acceptable or unacceptable based on the relative risks associated with the Offeror's likelihood of success in accomplishing this effort. Contract award will be made to the offeror whose proposal represents the best overall value to the Government based on the Areas set forth herein. To receive consideration for award, overall evaluations of not less than "Acceptable" must be achieved in all Areas. An evaluation rating of "Unacceptable" at the Area level will cause the entire Proposal to be evaluated as "Unacceptable." This is a best value acquisition, therefore Offerors are cautioned that award may not necessarily be made to the lowest-priced offeror. The following FAR clauses and provisions apply to this acquisition: 52.252-1 (Fill in as follows: .http://farsite.hill.af.mil ); 52-252-2 (Fill in as follows http://farsite.hill.af.mil ); 52.202-1; 52.212-4; 52.212-5 (the following clauses thereunder are applicable: 52.203-6 ALT I; 52.219-8; 52.219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-18; 52.232-33; 52.247-64); 52.216-18 (Fill in as follows: from date of contract award through 24 months); 52.216-19 (Fill in as follows (a) N/A (b)(1) the stated maximum (b)(2) the stated maximum (b)(3) N/A ); 52.219-6; 52.219-16; 52.233-1; 52.243-1; 52.247-34; and DFARS 252.204-7004, 252.212-7001 (the following clauses thereunder are applicable: 252.225-7001; 252.225-7012; 252.225-7014; 252.243-7002; 252.247-7024). The full text version of these provisions and clauses may be located at http://farsite.hill.af.mil. This synopsis/solicitation may also be viewed on the AMC Acquisition Center-Natick Homepage, at http://www3.natick.army.mil. Questions concerning this combined synopsis/solicitation can be directed to Mr. Thomas J. Bouchard, Contract Specialist, at tbouchar@natick-amed02.army.mil. All proposals must be received (Facsimile proposals will not be accepted) via mail or through the AMC Acquisition Center-Natick Homepage no later than October 13, 1999 at 1:00p.m (EST). The mailing address is: U.S. Army Materiel Command Acquisition Center, Natick Contracting Division, Attn: AMSSB-ACN-S (Mr. Thomas J. Bouchard), Bldg. 1, Kansas St, Natick, MA 01760-5011. Posted 09/10/99 (W-SN379058). (0253)

Loren Data Corp. http://www.ld.com (SYN# 0216 19990914\39-0002.SOL)


39 - Materials Handling Equipment Index Page