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