Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2013 FBO #4232
SOLICITATION NOTICE

39 -- Pre-Solicitation Notice (3 Shipboard Diesel Forklifts) - Technical Documents

Notice Date
6/24/2013
 
Notice Type
Presolicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM8E8-13-R-0001
 
Archive Date
7/23/2013
 
Point of Contact
Robert Spadaro, Jr., Phone: 215.737.0866
 
E-Mail Address
Robert.Spadaro@dla.mil
(Robert.Spadaro@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
6k and 10k Rough Terrain Diesel - Ordering Data, Purchase Description and Testing Requirements 4k Rough Terrain Diesel - Ordering Data, Purchase Description and Testing Requirements DLA Troop Support intends to issue an unrestricted Request for Proposal (RFP) for the acquisition of three shipboard-use forklifts: a 4K Rough Terrain Diesel (Generic NSN F00000324), a 6K Rough Terrain Diesel (Generic NSN F00000327) and a 10K Rough Terrain Diesel (Generic NSN F00000326). The 4k Diesel shall be manufactured I/A/W Purchase Description WSS PD-500. The 6k shall be manufactured I/A/W Purchase Description WSS PD-506 (Type I) & 10k Diesel shall be manufactured I/A/W Purchase Description WSS PD-506 (Type III). The solicitation (SPM8E8-13-R-0001) will be issued with the intention of awarding up-to three (3) separate Requirements-type contracts for the three previously mentioned shipboard-use forklifts. Solicitation Period: 30 days. Estimated Issue Date: 9 July 2013; Estimated Closing Date: 8 August 2013. No proposals will be accepted in response to this notice, it is JUST A NOTICE. Please wait for the actual solicitation document. The solicitation will be fully competitive and the resulting contract(s) will be fixed-price with economic price adjustments. The contract will have a total length or performance period of five (5) years. There will be no option periods. The offeror must submit pricing for the first contract year of the 5-year contract period. Each year will be considered a separate contract year (1, 2, 3, 4 and 5) for the purposes of calculating the economic price adjustments. There will be three (3) lots included in this solicitation. Each lot will be evaluated and awarded separately, with the possibility of each lot being awarded to a different vendor or all lots be awarded to the same vendor. It is not required that an offer be submitted on all three (3) lots. Each lot will also contain several Contract Data Requirements Lists (CDRLs) line items, which must be separately priced (for each forklift) as a one-time fee, separate from the unit price for each forklift. The CDRLs to be priced separately include technical manuals, Maintenance Index Pages (MIPs) and Maintenance Requirements Cards (MRCs), Hi-Shock tests, EMI tests, Saline Atmosphere tests and Noise Limits tests. These one-time fees will become payable under the first delivery order for each lot. If all three forklifts are awarded to one vendor, the total estimated value for the proposed five year contract will be $25,935,000.00. The contract will have a maximum limitation value of $38,902,500.00. The resulting contract(s) will not include any guaranteed minimum purchase requirements. Large business concerns must submit a Small Business Subcontracting Plan along with their proposal. An award will be made in accordance with the "Price Only" evaluation methodology. The government will make an award as a result of this solicitation to the responsible offerer, offering the lowest evaluated price, and taking no exception to the terms and conditions set forth in the solicitation including offering an item that complies with the applicable item description. An award is anticipated by February of 2014. Contractor First Article Testing (FAT) is required for each Lot, and there will be no waivers granted. The First Article Test (FAT) production lot shall consist of one (1) sample item for each of the three (3) forklifts listed. Clause 52.211-9037, which is contained in the solicitation, will specify the required delivery dates for the customer-direct (DVD) Delivery Orders. The first Delivery Order (DO) will require Inspection at Source (Origin) and Acceptance at DLA Troop Support. All subsequent Dos will require Inspection/Acceptance at Origin/Source. Product Verification Testing (PVT) may be invoked if a negative quality trend develops. Radio Frequency Identification (RFID) will be required. Customer-Direct delivery orders will specify deliveries to both CONUS and OCONUS (via a containerization point) destination points. Due to the requirements for JP-8 fuel, NAVSUP WSS has received a blanket national security exemption (NSE), for non-compliant tier 3 engines. Once a contract is awarded, the manufacturer/contractor will be required to submit a NSE transfer form, for the equipment they will be providing, to NAVSUP for approval. Certified cost and pricing data may be required per FAR 15.403-4. The Contracting Officer may utilize On-line Reverse Auctioning as a means of conducting price discussion under this solicitation. If the Contracting Officer does not conduct a Reverse Auction, award may be made on the basis of initial offers or following discussions not using Reverse Auctioning as a pricing technique. This acquisition is subject to the requirements of the Trade Agreement Act of 1979. All offers shall be in the English language and in U.S. dollars. All proposals must include a hard copy of a completed solicitation with price and delivery data for all CLINS under each lot (that can be provided). Follow directions as outlined in the solicitation. Offerors responding to the solicitation must submit their proposal to the Business Opportunities Office (BOO), address will be shown on page 8 of the solicitation. This agency will consider proposals submitted by all responsible sources.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8E8-13-R-0001/listing.html)
 
Record
SN03097564-W 20130626/130624234300-0f750a22cec7c6311144eaf46879d6dc (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.