SOLICITATION NOTICE
81 -- Transit Cases with Custom Foam Inserts
- Notice Date
- 10/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- ACC-APG (C4ISR)-Toby, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-12-R-0007
- Response Due
- 11/28/2011
- Archive Date
- 1/27/2012
- Point of Contact
- Dana Kavitski, 570-615-9720
- E-Mail Address
-
ACC-APG (C4ISR)-Toby
(dana.kavitski@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.603, and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. This is a 100% Total Small Business Set-Aside. NAICS Code is 326199, 500 employees size standard. Request for Proposal (RFP) W25G1V-12-R-0007 applies. Simplified Acquisition procedures at FAR Part 13.5 are being used. Any resultant contract shall be Firm-Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure Qty-861 Each Plastic Transit Cases to include custom polyethylene foam inserts. Proposed transit cases and polyethylene foam inserts must meet design specifications in accordance with Drawing 176658 (Attachment 2). Tolerances shown on Sheet 1 of the drawing apply to all dimensions on the drawing (the foam and the case). Variation in measurements of the outside dimensions of the case are +/- 1 inch. Proposed transit cases must also meet the requirements of Mil-Std-810 for being waterproof, dustproof, and resistant to impact damage, UV rays, solvents, corrosion and fungus. A minimum quantity of 250 transit cases are required to be delivered each month until all 861 cases are received. Proposed lead time should be as short as possible. Delivery is FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA 18466. Early and partial shipments will be accepted. Proposal Submission: All CLINs must be priced in order for a proposal to be considered. The pricing shall be filled out as follows: Contract Line Item (CLIN) 0001: $____________ (861) Each - Plastic Transit Cases to include custom polyethylene foam inserts in accordance with Drawing 176658 and requirements of Mil-Std-810 for being waterproof, dustproof, and resistant to impact damage, UV rays, solvents, corrosion and fungus. To receive an award, the company must be registered in the Central Contactor Registration (CCR) https://www.bpn.gov/ccr/default.aspx. Offeror must also be found to be responsible in accordance with FAR Part 9 to receive an award. Award evaluation and basis for award will be performed in accordance with FAR 52.212-2 evaluation-commercial items listed below. Offerors are cautioned that an award may not necessarily be made to the lowest price offer. TECHNICAL PROPOSAL REQUIREMENTS: Technical Evaluation: Proposals will be evaluated on a pass/fail basis (see FAR 52.212-2 Evaluation of Commercial Items below). The technical proposal shall be included with the submitted offer and specifically demonstrate the ability of the contractor's proposed transit case to meet the specifications detailed in the Government drawing and Mil-Std-810 for being waterproof, dustproof, and resistant to impact damage, UV rays, solvents, corrosion and fungus. The Government reserves the right to request one (1) sample transit case from offerors determined to be in the competitive range. Upon request, one sample transit case shall be sent to Tobyhanna Army Depot, 11 Hap Arnold Blvd, Tobyhanna, PA 18466 within ten (10) calendar days of the request. The sample transit case must be certified to meet Military Standard Mil-STD-810. Proof of certification shall be provided upon delivery of the sample. Sample provided will be used as part of the technical evaluation and will be evaluated as pass/fail. Contractor is responsible for all costs associated with shipment of the sample to and from Tobyhanna Army Depot. Past Performance: Offeror shall provide detailed information in the format described below, for (3) three efforts performed during the past 3 years, which are relevant to the efforts required by this solicitation. The efforts performed must be similar in scope to the Tobyhanna requirement in terms of system and services supplied: Government Agency or Company Name Address Contract Number Date of Contract Dollar Value of Contract Place of Performance Period of Performance Description of Equipment and Services Provided Technical Representative Verified Telephone Number Verified E-mail Delivery: Offeror shall propose shortest lead time possible and meet or exceed the required delivery schedule of 250 cases delivered per month until all 861 cases are delivered in total. Contractor must propose specific delivery time as part of the offer. PROPOSAL SUBMISSION: Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 19 thru 24, 30a and 30b; and 30c, completed. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters, along with FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items) and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items completely filled out as well. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical documentation) must be submitted with the offer in order for the offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance). Completed SF1449 and other information must either be faxed to 570-615-7525, sent electronically as a.pdf file to dana.kavitski@us.army.mil, or provided as a hard copy by date specified for receipt of offers which is 8:00 AM local November 28, 2011. Hard copy may be delivered to: Tobyhanna Army Depot Dana M. Kavitski CCAP-CCT Contract Operations Division 11 Hap Arnold Blvd Tobyhanna, PA 18466-5100 Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offeror must hold prices firm for 90 calendar days from the date specified for receipt of offers which is 8:00 AM local November 28, 2011. APPLICABLE FAR, DFARS AND LOCAL CLAUSES: See Attachment 1 for all Applicable FAR, DFARS Clauses, and LOCAL Clauses applicable to this solicitation and any resultant award. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956 Wide area Workflow System, which will be included in any resultant contract. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (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: (i) Technical Capability: The item(s) offered will be evaluated as providing or complying with all the requirements set forth the specification/statement-of-work. This evaluation will result in a determination of technical acceptability or unacceptability. Exceeding the technical requirements will not result in a more favorable evaluation since the overall technical evaluation will be Pass/Fail. (ii) Price: Offerors are advised to provide the most competitive pricing they can with the initial proposal submission. (iii) Past performance: Offerors must submit three (3) examples of past performance. The examples shall have been performed within the past three years (3 yr). Past performance examples will be evaluated for Relevance and Quality. (iv) Delivery: Offeror shall propose shortest lead time possible and meet or exceed the required delivery schedule of 250 cases delivered per month until all 861 cases are delivered in total. Contractor must propose specific delivery time as part of the offer. Delivery is FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA 18466. Early and partial shipments will be accepted. (v) Technical and past performance, when combined, are approximately equal to cost or price. AWARD MAY NOT NECESSARILY BE MADE TO THE FIRM WHO SUBMITS THE LOWEST PRICED PROPOSAL. In the case of equal ratings of past performances, proposed delivery schedule, and technical evaluation, price will be the deciding factor for award. (A) Relevance is defined as fulfilling the same or similar requirement for the same or similar quantities under the same or similar circumstances. An example which is considered to be ideally on-point is one which satisfied the same technical requirement for the same quantity, provided to a Government customer, and within the same delivery timeframe as required under this solicitation. It is not required to submit examples which are ideally on-point; however, offerors should strive to provide those examples which are as relevant as possible. (B) Quality is evaluated as overall customer satisfaction, including but not limited to: performance of the equipment and services provided; timeliness of delivery; willingness to negotiate and accommodate changes; cost control; processing of warranty claims; performance of maintenance agreements; availability of general customer support. (C) Three (3) examples of past performance shall be included in the offeror's proposal. Each example shall have the following information: Contract or Sales Number; Date of Sale; Dollar Value of the Contract Equipment and services provided; Customer/Agency Name; Customer Point of Contact (POC) and position within the company/agency; Customer POC telephone number. (D) Should the offeror provide more than three (3) examples of past performance, the Government is not obligated to contact more than the first three. Offerors should confirm that the POC telephone numbers are accurate and in service; failure to provide valid telephone numbers does not obligate the Government to further pursue those examples of past performance. (E) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (F) Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. (G) Negative information obtained during past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. (b) 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 contract 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 after its receipt, unless a written notice of withdrawal is received before award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eca33d42b009ba080a7f0f3d87aebcab)
- Place of Performance
- Address: ACC-APG (C4ISR)-Toby ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN02614060-W 20111029/111027234501-eca33d42b009ba080a7f0f3d87aebcab (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 |