SOLICITATION NOTICE
B -- Logistics Business Case Analysis of Ammunition Distribution and Storage
- Notice Date
- 8/20/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-07-T-0228
- Response Due
- 8/30/2007
- Archive Date
- 9/29/2007
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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. The solicitation number W15QKN-07-T-0228 is issued as a Request for Quote. The United States Army, Joint Munitions & Lethality Life Cycle Management Command in support of the Armament, Research, Development, and Engineering Center (ARDEC) intends to solicit, negotiate, and award on a competitive basis, limited to Service-Disabled Veteran-Owned Small Business Concerns. The government has a need for the following in accordance with the attached Performance Work Statement: A study to determine the system wide impacts with respect to the distribution and storage of ammunition and potentially other classes of supplies resulting in the development of an advanced family of logistics analysis techniques to simulate the ammunition logistics sustainment processes from CONUS depots to the most forward deployed warfighter. The requirements will be fulfilled using the Simplified Acquisition Procedures, part 13 of the FAR and the test program authorized in FAR subpart 13.5, to the maximum extent possible. FOB is Picatinny Arsenal, Building 455, Picatinny Arsenal, NJ 07806. Delivery is to be within sixteen (16) months after contract award. Line Item 0001 Logistics Business Case Analysis of Ammunition Distribution and Storage. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17, Effective 14 June 2007 & Class Deviation 2005-o0001. The following provisions apply to this acquisition. Offerors must include brochures and literature showing their ability to meet all of the Government requirements along with their quotation. Offerors must be registered in Central Contractor Registration (CCR). Offerors must include copies of commercial price lists indicating the price offered in response to this RFQ. Offerors must also include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items, with its offer. The full text of this clause may be accessed electronically at the following address: http://farsite.hill.af.mil/vffara.htm. The following clauses also apply to this acquisition: 52.246-4 Inspection of Services - Fixed-Price 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside ARDEC 30 Acceptance ARDEC 31 Government Property Quality Assurance Actions ARDEC 68 Identification of Contractor Employees A firm fixed price award will be made to the offeror whose proposal demonstrates the best value to the government. Proposals shall be evaluated based on the following factors: Technical and Price, with technical being more important than price. The objective of the technical factor is to evaluate how well the proposal demonstrates the ability to successfully accomplish the effort in the Performance Work Statement with emphasis on ammunition logistics knowledge, technical experience, and forward deployment knowledge. The overall proposal should not exceed 30 pages. Please refer to attachment titled ???Format for Cost Proposals??? when developing your proposal. Contact information regarding the solicitation is Ms. Melissa Wright, e-mail: melissa.wright3@us.army.mil. NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. Proposals may be e-mailed to melissa.wright3@us.army.mil or faxed to (973) 724-2722, ATTN: Melissa Wright. Closing date for receipt of proposals is 1:00 PM EDT, 30 August 2007. NOTE 29 APPLIES - The proposed contract is set-aside for Service- Disabled Veteran-Owned small business concerns. Offers from other than Service- Disabled Veteran-Owned small business concerns will not be considered.
- Web Link
-
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-07-T-0228)
- Record
- SN01378559-W 20070822/070820221507 (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 |