SOLICITATION NOTICE
43 -- Hydraulic pump compatible with the Honeywell gas turbine engine in the M1A1 Abrams Main Battle Tank
- Notice Date
- 5/12/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785405R5096
- Response Due
- 5/27/2005
- Archive Date
- 6/26/2005
- Description
- The Marine Corps System Command has a requirement for up to 250 hydraulic pumps. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The NAICS code for this procurement is 333996. This announcement constitutes the only solicitation. Scope: The hydraulic pump and its components must be compatible with the Honeywell gas turbine engine in the M1A1 Abrams Main Battle Tank. This purchase description establishes the performance requirements for the hydraulic pump. Intended Use: The pump will provide an enhanced capability for the Expeditionary Assault Bridge (EAB) to launch the Military Load Class (MLC) 60/70 bridge in combat and non-combat environments. Characteristics: All physical characteristics of the hydraulic pump shall be compliant with best commercial practices. The following are the required performance characteristics of the pump: Maximum operating speed = 6,000 rpm Normal operating speed = 5,690 rpm. Maximum Torque Demand (at all speeds) = 420 in-lbf. Maximum System Operating Pressure = 4,400 psi. System Flow @ 4,000 psi = 12.8 gpm System Flow @ 2,000 psi = 27.4 gpm Minimum life of the pump is to be 100 hours at maximum discharge pressure. The mating characteristics of the pump (mounting flange, couplings, etc) shall match the existing M1A1 engine. The M1A1 engine will not be changed or modified to fit the proposed pump. The offeror shall ensure that the proposed pump will fit within the current physical constraints of the existing M1A1 engine compartment and not exceed the space claim of the current M1A1 hydraulic pump. Technical data: The offeror shall provide technical data in sufficient detail to support maintenance and repair of the pump. Additionally, the offeror shall provide 3-D STEP, IGES, or other appropriate CAD file for the integrator to develop the assembly and installation drawings. This technical data shall be delivered concurrently with initial pump delivery. Life Cycle Support: The offeror shall provide information related to their life cycle support strategy for the pump. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the hydraulic pump and all components. The performance characteristics will be verified upon successful completion of the performance specifications of the EAB hydraulic system. Packaging: Best commercial practices. Marking: All production quantities will be marked in accordance with MIL-STD 129. Commercial Warranty: Any additional warranty provisions or exclusions shall be clearly stated in the offerors' proposed submission. The Government anticipates issuing an ID/IQ Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and period of performance are as follows: Period of Performance: Ordering period of sixy (60) months. Within the period of performance, the Government shall purchase a minimum quantity of 2 pumps up to a maximum quantity of 250 pumps. Units will be shipped F.O.B. destination throughout the Continental United States. The primary destination will be Anniston Alabama Army Depot. Offerors may propose stepladder quantity pricing, (e.g., 1 - 10, $xx; 11-20, $xx). However, the price will be evaluated on a quantity of 5 units. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2004): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and one (1) copy of the proposal are required and can be submitted via CD ROM. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 5 total pages, inclusive of product literature. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 2:00PM (EST) 27 May 2005: COMMANDER, Attn: Ms.Stefanie C! onway, CTQ, MARCORSYSCOM, 2200 Lester Street, VA, 22314-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Evaluation Factors: Operational Effectiveness - Describe your ability to currently meet the performance requirements stated in this purchase description and address your technical data and life cycle support strategy. Ensure that your stated response addresses overall product compatibility, as well as any additional parameters not specifically cited in the purchase description. Address any specific commercial or extended warranty provisions for the resulting product. Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, tel! ephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Relative Order of Importance: (i) Operational Effectiveness - Most important. (ii) Past Performance - Less important. Price will be evaluated, but not rated. Award shall be made to the offeror whose proposal presents the best value to the government. In making its "Best Value" determination, the Government will consider overall operational effectiveness and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contrac! t without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your inform! ation online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be ! asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5! ,Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.O.B. Destination. Additional clauses that apply are: 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity. Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. DFAR Clauses: 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.227-7015 Technical Data?Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (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 and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Point of Contact Peggy Hake, Contracting Officer, Phone (703) 432-3693, Fax (703) 432-3527, Email peggy.hake@usmc.mil ? Stefanie Conway, Contract Specialist, Phone 703-432-3701, Fax 703-432-3527, Email stefanie.conway@usmc.mil
- Record
- SN00806316-W 20050514/050512212610 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |