Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2006 FBO #1637
SOLICITATION NOTICE

62 -- BLACKOUT LIGHT

Notice Date
5/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
336321 — Vehicular Lighting Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0570-06-R-0106
 
Response Due
6/5/2006
 
Archive Date
7/30/2007
 
Description
(1.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. (2.) INFORMATION OFFERORS MUST SUBMIT AS PART OF THEIR PROPOSAL. The following list summarizes major elements that must be submitted by offerors in order to be considered for this procurement. Please note this list is not all inclusive and offerors are responsible for looking at all clauses and provisions to make sure all required information is submitted. (a.) PRICING, (b.) PAST PERFORMANCE INFORMATION, (c.) CERTIFICATIONS, (d.) CLAUSE FILL IN INFORMATION, (e.) SURGE PLAN, (f.) LARGE BUSINESSES MUST SUBMIT SUBCONTRACTING PLAN. For any questions regarding these requirements please contact Maciek Okulicz-Kozaryn at (215) 737-4371 or Email: Maciek.Okulicz-Kozaryn@dla.mil (3.) Solicitation number SP057006R0106 is hereby issued as a request for quotation (RFQ). This Solicitation includes Purchase Request YPI05168001026. Please note that the Government anticipates Award for a bilateral two year Indefinite Delivery Purchase Order (IDPO). Stock delivery orders shall be issued against this instrument, for a firm delivery and a firm fixed price for a term of two years or a total maximum dollar value of $5,000,000.00, which ever is reached first. Delivery orders will be issued electronically and manually. Offerors will be responsible for retrieving delivery orders that have been issued. The annual estimated quantities listed in paragraph 6 are estimates only, which the Government is in no way obligated to purchase. Only the first delivery order quantities identified in paragraph 5 are guaranteed. Additional orders may be placed within the minimum and maximum ordering quantities identified in FAR clause 52.216-19, Order Limitations. (4.) The solicitation documents incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2005-07. (5.) This acquisition is being issued on an unrestricted basis. The North American Industry Classification Systems (NAICS) Code for this procurement is 336321 and the small business size standard is 500 employees. (6.) This solicitation consists of PR YPI05168001026 for NSN 6220-01-496-1925 and a 2 year ordering period. The following Item Description applies for this procurement. Nomenclature: LIGHT, BLACKOUT; Approved Source: TRUCK-LITE CO INC (13548); Part Number: 07320. The first delivery order, Purchase Request YPI05168001026, is for a quantity of 10,000 each with the shipping destination of New Cumberland, PA. The estimated annual quantity for this NSN is 10,000 each with any deliveries being made to either New Cumberland, PA and/or to Tracy, CA. (7.) Prices are to be submitted on an FOB Destination basis. (8.) Inspection and Acceptance will occur at Destination. Material will be stocked at Tracy, CA or New Cumberland, PA. For the required delivery schedule please refer to clause (F026) DSCP 52.211-9I17 Time of Delivery (JUN 1980). (9.) The following surge requirement applies for NSN 6220-01-496-1925: 30 days- 13 each, 60 days- 13 each, 90 days- 13 each, 120 days- 13 each, 150 days-13 each, 180 days- 13 each. (10.) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (SEPT 2005) and addenda as follows apply to this acquisition. Addenda: Paragraph (a): Delete as Inspection and acceptance shall take place at Destination; Paragraph (i): Delete as Fast Pay does not apply. The following clauses and provisions, (A.) through (FF.), are incorporated by reference with the same force and effect as if they were given in full text. Full text of these clauses can be accessed electronically at these addresses: FAR and DFARS ? http://www.acq.osd.mil/dp/dars ; DLAD, PROCLTRs and FARS Deviations ? http://www.dla.mil/j-3/j-336 ; G&I Local Clauses - http://www.dscp.dla.mil/contract/dgpa/Part52_Interface.doc . Upon request, the contracting officer will make the full text available. (A.) (I221) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2005); (B.) (I228) FAR 52.204-7 Central Contractor Registration (OCT 2003); (C.) (I154) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005); (D.) (I209) FAR 52.211-5 Material Requirements (AUG 2000); (E.) (F001) FAR 52.211-16 Variation in Quantity (Apr 1984): Filled in with: (b) the permissible variation shall be limited to: Increase 5% Decrease 5%. This increase or decrease shall apply to the total item quantity for each destination; (F.) (I128) FAR 52.216-18 Ordering (OCT 1995), Filled in with: from effective date of award through date exactly 2 calendar years after effective date of award; (G.) (F018) FAR 52.216-19 Order Limitations (OCT 1995) Filled in with: (a) 500 each, (b)(1) 15,000 each, (b)(2) 15,000 each, (b)(3) 7 days, (d) 7 days; (H.) (I152) FAR 52.216-22 Indefinite Quantity (OCT 1995). Filled in with: 180 days is filled in; (I.) (I104) FAR 52.219-16 Liquidated Damages - Small Business Subcontracting Plan (JAN 1999); (J.) FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); (K.) FAR 52.232-17 Interest (JUN 1996); (L.) FAR 52.242-13 Bankruptcy (JUL 1995); (M.) FAR 52.247-34 FOB Destination (NOV 1991); (N.) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992); (O.) DFARS 252.204-7004 Alternate to FAR 52.204-7, Alternate A (NOV 2003); (P.) (I197) DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 1998); (Q.) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003); (R.) (I241) DFARS 252.232-7010 Levies on Contract Payments (SEP 2005); (S) DLAD 52.211-9010 Shipping Documentation - MIL-STD-129P ? Takes Precedence Over Schedule (DEC 2005); (T.) DLAD 52.212-9000 Changes-Military Readiness (Mar 2001); (U.) (I151) DLAD 52.213-9003 Indefinite Delivery Purchase Order (IDPO) Contract (MAR 1999); the Government may place additional orders for quantitiesof 500 each up to 15,000 each, 30 days after date of award. No more than 5 orders will be placed in one quarter. Failure to Agree to this clause will affect the award decision. (CONTRACTOR MUST FILL IN CLAUSE); (V.) (I171) DLAD 52.233-9000 Agency Protests (Sep 1999); (W.) (I214) DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (Jun 2001); (X.) Administrative Costs of Reprocurement After Termination for Cause (JUL 2004); If this contract is terminated in whole or part for cause pursuant to Paragraph (m) of the clause included in this contract entitled ?Contract Terms and Conditions - Commercial Items?, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and Government expressly agree that in addition to any excess costs of repurchase, or any other damages resulting from the Contractor?s default, the Contractor shall pay, and the Government shall accept, the sum of $1,155.00 as payment in full for the administrative costs of such repurchase. The assessment of damages for administrative costs shall apply for any termination for cause for which the Government repurchases the terminated supplies or services, regardless of whether any other damages are incurred and/or assessed.; (Y.) (D006) Treatment of Non-manufactured Wood Pallets and Containers (APR 2003); All wooden pallets and wood containers produced entirely or in part of non-manufactured softwood species shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) coniferous material and certified accordingly by an accredited agency recognized by the American Lumber Standard Committee, Incorporated (ALSC) in accordance with the latest revision of ALSC Non-Manufactured Wood Packing Policy and Non-Manufactured Wood Packing Enforcement Regulations (see World Wide Web URL: http://www.alsc.org/ ) All wooden pallets and containers produced entirely of non-manufactured hardwood species shall be identified by a permanent marking of ?NC-US?, 1.25 inches or greater in height, accompanied by the CAGE code of the pallet/container manufacturer and the month and year of the contract. On pallets, the marking shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. On containers, the marking shall be applied on a side other than the top or bottom, contrasting and clearly visible.; (Z.) (I139) DSCP 52.209-9I14 Nonissuance of Delivery Orders Under Indefinite Delivery Type Contracts when Contractor is Either Suspended or Debarred (SEP 1992); (AA.) (F023) DSCP 52.211-9I09 Delivery Time ? Additional Provisions (SEP 1990); (BB.) (F026) DSCP 52.211-9I17 Time of Delivery (JUN 1980) Filled in with: The first delivery order, PR YPI05168001026 will have the following delivery schedule: 500 each in 30 days, 5,000 each in 90 days, and 4,500 each in 120 days. For all subsequent orders, under the terms of this contract, shall be delivered within 90 days after the order, for quantities up to 5,000 each. Any order with quantities greater than 5,000 each will have the following phased delivery schedule: 90 day delivery for the first 5,000 each with all subsequent deliveries up to 5,000 each occurring 30 days thereafter.; (CC.) (I129) DSCP 52.216-9I21 Ordering ? Special Provision (OCT 1986); (DD.) (I196) DSCP 52.217-9I16 Surge Option Requirement (OCT 2001); (EE.) DSCP 52.246-9I04 Destination Inspection and Acceptance (JAN 1989); (FF.) DSCP 52.247-9I03 Consignment and Addressing Instructions (Jul 1998); (11.) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (FEB 2006) applies to this acquisition, to include the following additional clauses: 52.233-3 Protest after Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.219-8 Utilization of Small Business Concerns (MAY 2004); 52.219-9 Small Business Subcontracting Plan (JULY 2005) Alternate II (OCT 2001) of 52.219-9; 52.222-3 Convict Labor (JUNE 2003); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004); 52.225-13, Restriction on Certain Foreign Purchases (FEB 2006); 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (OCT 2003); (12.) DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006). 52.203-3 Gratuities (APR 1984); 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.219-7003 Small, Small Disadvantaged Business, and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996); 252.225-7001 Buy American Act and Balance of Payment Program (June 2005); 252.225-7012 Preference for Certain Domestic Commodities (June 2004); 252.225-7014 Preference for Domestic Specialty Metals (June 2005); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004); 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002); (13.) The provision at FAR 52.212-1, Instructions to Offerors -Commercial Items (JAN 2006) and addenda, as follows, apply to this acquisition. Addendum to 52.212-1(b) Submission of offers: Faxed offers are authorized for this solicitation. Addendum to 52.212-1(c): Period for acceptance of offers is 90 days. Addendum to 52.212-1(e): alternative commercial items may not be considered for award on this instant acquisition. Addendum to 52.212-1(g): The Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Addendum to 52.212-1(h): The Government intends to make one award. Addendum to 52.212-1(j): The DUNS number must be provided. (GG.) (L027) FAR 52.216-1 Type of Contract (APR 1984) Filled in with: a Firm Fixed Price contract award will be issued.; (HH.) (L018) DLAD 52.217-9002 Conditions for Evaluation and Acceptance of Offers for Part Numbered Items (JUL 2002); (II.) (L005) DSCP 52.209-9I02 Responsibility of Offerors (FEB 1970); (JJ.) DSCP 52.214-9I08 Hand-Carried Offers (MAY 2001); (KK.) (L008) DSCP 52.215-9I08 Negotiated Solicitations-Responsiveness (NOV 1997); (LL.) (L025) DISC 52.215-9I10 Submission of Past Performance Information (SEP 2003) (CONTRACTOR MUST SUBMIT). Additional Sources of Past Performance Information (JAN 2004); (MM.) (L054) DSCP 52.216-9I26 Electronic Data Interchange (JUL 1998); (NN.) DSCP 52.217-9I17 Submission of Surge/Sustainment plan (NOV 2000); (OO.) DSCP 52.217-9I19 Notice of Surge Option Requirement (NOV 2000); (PP.) DSCP 52.245-9I18 Government Production and Research Property (APR 1984); (14.) The provision at 52.212-2, Evaluation -- Commercial Items applies in full with the following addition. Evaluation will be based on past performance technical factor and price. The past performance technical factor is essentially equal to cost or price. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. (QQ.) (M008) DSCP 52.215-9I11 Evaluation of Past Performance (FEB 2006) The following Text is also incorporated into this clause: Additional Sources of Past Performance Information (JAN 2004) - In addition to information obtained from DSCP's records, e.g., the Automated Best Value System, data or information relating to the offeror's performance may be obtained from such sources as the DoD Past Performance Automated Information System (PPAIS), Dunn & Bradstreet (D & B), Federal agencies other than DSCP, state and local government agencies, contracting officer experience on this contract and other contracts for the same or similar item(s), including current contracts, and any other independent sources having relevant information. Any such information may be used for evaluation purposes.; (RR.) DSCP 52.217-9I18 Evaluation of Surge/Sustainment Plan (JAN 1999); (SS.) DSCP 52.247-9I11 FOB Origin and/or FOB Port(S) of Loading (Destination) (JUN 1980) Filled in with: only FOB Destination proposals will be considered.; (15.) Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005) with their offer. (CONTRACTOR MUST FILL IN CLAUSE); (TT.) (K044) FAR 52.207-4 Economic Purchase Quantity ? Supplies (AUG 1987) (OPTIONAL CONTRACTOR FILL IN); (UU.) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004); (VV.) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUNE 2005) (CONTRACTOR MUST FILL IN CLAUSE); (WW.) DFARS 252.225-7000 Buy American Act ? Balance of Payments Program Certificate (JUNE 2005); (XX.) DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (JUN 2001); (YY.) (K015) DSCP 52.215-9I03 Place of Performance-Inspection and Shipping Point (Aug 1985) (CONTRACTOR MUST FILL IN CLAUSE); (16.) Quotations are due 5 JUNE 2006, 1:00 PM local Philadelphia time. Quotations shall be submitted to the following address: Defense Supply Center Philadelphia G&I, Post Office Box 56667, 700 Robbins Avenue, Philadelphia, PA 19111-5096. Faxed quotations will be accepted at (215) 737-9216 or (215) 737-8414. (17.) For updated clauses, full text of solicitation clauses, and any other questions or requests, please contact Maciek Okulicz-Kozaryn at (215) 737-4371. Email: Maciek.Okulicz-Kozaryn@dla.mil
 
Record
SN01053551-W 20060521/060519220159 (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.