Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

28 -- Diesel Engine Benches W/Fault Simulators

Notice Date
1/22/2009
 
Notice Type
Presolicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0150
 
Response Due
2/2/2009
 
Archive Date
2/17/2009
 
Point of Contact
Cindy M. Tafoya 562-626-7378<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-09-T-0150. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-29 and DFARS Change Notice 20081218. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index!.htm. The NAICS code is 811118 and the Small Business Standard is $6.5M. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001- 12 each, Diesel Engine Benches (caterpillar) w/fault simulator in accordance with the attached Specifications, CLIN 0002 - 1 Lot, Training requirement on specifications for 4 personnel, 6 hours a day for no more than one week at Port Hueneme, CA for CLIN 0001, CLIN 0003 - 6 each, Diesel Engine Benches (caterpillar) w/fault simulator in accordance with the attached specifications, CLIN 0004 - 1 Lot, Training requirement on specifications for 4 personnel, 6 hours a day for no more than one week at Gulfport, MS for CLIN 0003. Items shall be shipped FOB Destination (12 each) to Port Hueneme, CA no later than 15 May 2009 and (6 each) to Gulfport, MS no later than 15 Jun 2009. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, ! Instructions to Offerors Commercial Items; 52.212-2, Evaluation-Commercial Items, 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by! reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a s! ingle award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. In accordance with the FAR clause 52.212-2, the following information applies: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor I - Technical Capability of the proposed item to meet the requirements of the solicitation Factor II - Past Performance Factor III - Price Offerors' proposals will be evaluated first under Factor I above, which represents the minimum acceptable criteria. Under this factor, the proposal will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those offers which meet the minimum technical requirements required by Factor I will be further evaluated under Factors II and III. In the second step of evaluating those offers determined under Factor I to be technically acceptable, Factor II is significantly less important than Factor III. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore, contain the offeror's best terms from both a price and technical standpoint. (b) Technical capability will be assessed by evaluating the information submitted in response to FAR 52.212-1, Instructions to Offerors, as amended above. Offerors' technical information will be used to determine whether the items proposed meet the statement of work and purchase description included in this solicitation. Items offered, as provided in the offeror's technical proposal, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award (c) Offerors' past performance information submitted, as required by the proposal contents information set fort above, will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should therefore provide performance history and references to demonstrate satisfactory performance for up to five similar contracts. The Contracting Officer will valuate Past Performance as follows:NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directy related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. In accordance with the FAR clause 52.212-1, the following information applies: The following shall be submitted for Government review with all offers:Functional and physical descriptions of each fault.Diagrams or photos of previous or like training devices.Samples of troubleshooting flow diagrams.Description of the mechanism by which the trainer will be shut down in an emergency situation.Sample of training material that will be used to train instructors upon installation.Description of how training will be provided to instructors upon installation.Description of the diagnostic software.Description of the technical manual software.Description of how the trainer will be made portable and secure when stationary.Describe safety features that will be installed on the engines and the procedures to utilize each non-passive safety feature. Passive safety features are those that do not require operator interaction (such as a guard or safety cage).Copy of Warranty. Offers should be made based on an anticipated award date of 17 February 2009. Funds are not presently available for this acquisition. The Government's obligation under the anticipated award is contingent upon the availability of appropriated funds from which payment for the anticipated award can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for the anticipated award and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. In addition, complete and submit the attached Past Performance Sheet (Attachment 2) with three references with your proposal. Quotes must be received no later than 3:00 Local Time, February 02, 2009. Fax proposal to 562-626-7275 or Email: cindy.tafoya@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=337bd0e2f620a8d3968ff2533d70b1d5&tab=core&_cview=1)
 
Record
SN01735972-W 20090124/090122215102-514f7a56ae24c2e41cf832bd320a4e84 (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.