MODIFICATION
43 -- Hydraulic Generator (Power Supply)
- Notice Date
- 6/17/2014
- Notice Type
- Modification/Amendment
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
- ZIP Code
- 20640-5115
- Solicitation Number
- N00174-14-T-0084
- Archive Date
- 7/17/2014
- Point of Contact
- Wayne Brown, Phone: 9737249276
- E-Mail Address
-
wayne.r.brown@navy.mil
(wayne.r.brown@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis solicitation for a commercial product prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This requirement is 100% Small Business Set-Aside. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for proposal (RFP) N00174-14-T-0084 is the only written solicitation, which will be issued, unless amended. Offerors are ineligible for award unless registered in DOD's System for Award Management (SAM at http://www.sam.gov ) with completed and up to date representations and certifications for NAICS code is 335312, size standard 1000 employees. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular # 2005-73. The Offeror shall provide a firm fixed price offer for a Hydraulic Power Supply (SYS6138-NJ18)- see specifications attached. UNLESS AVAILABLE VIA System for Award Management THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items, FAR 52.222-22 Alt 1, Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, with reference to 52.203-6, 52.209-6, 52.209-10, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-13 and 52.232-33. Addendum to 52.212-4 includes DFARS 252.211-7003 Item Identification and Valuation. 52.212-2, Evaluation-Commercial Items. Site visit attendance is required in order to determine vendor product compatibility with existing equipment. All questions asked at the site visit will be noted and the answers provided to all attendees. The site visit will take place at Bldg 645 Picatinny Arsenal, NJ on 7/1/2014 at 10:00 AM EST. Please contact me at wayne.r.brown@navy.mil to notify if you will be attending the site visit. Please provide: •a) Full name, as listed on your driver's license. •b) Name of company you work for. •c) Vehicle Information: make, model, and license plate number. To ensure inclusion the base access list, deadline for submission of names is 3:00 PM EST on 6/23/2014. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFP will be the lowest price technically acceptable. All technical factors must be met to be considered acceptable. The following factors shall be used to evaluate offers: (1) Technical Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative. (2) Price. FACTOR 1: TECHNICAL CAPABILITY The Offeror shall describe, in detail, how it will meet the requirements of the specifications. General statements, that the Offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the solicitation's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the Technical proposal. The Offeror shall respond with a response attesting to full compliance to the requirements section as outlined in the SPECIFICATION and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will determine the Offeror's Technical score on an acceptable/unacceptable basis. In order for the technical proposal to be considered acceptable it must meet all the technical criteria. FACTOR 2: PRICE Offeror shall provide pricing to include any registration or annual fees. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award after the establishment of a competitive range. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2.) The company's CAGE code, Dun & Bradstreet Number (if available), and Taxpayer ID number. 3.) In addition, for a quote on a comparable commercial item, product literature must be included. 4.) To reiterate, all FAR certifications and representations must also accompany the quote unless available on line. METHODOLOGY At the conclusion of evaluations, the Government will reach a consensus rank for an Offeror's Technical information and Price. Offerors are advised that the Government seeks quotes that demonstrate acceptable technical compliance at the lowest price. Award will be made to the Offeror whose proposed quote represents the lowest price offer with acceptable technical proposals. A written notice of award or acceptance of an offer, 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. Any and all questions must be submitted 5 days before close of solicitation. All questions not asked at the site visit must be submitted in writing. No questions will be accepted after that time. Responses to RFP must be received no later than 12:00 p.m. EST on 16-July-2014. Provide responses to Wayne Brown at wayne.r.brown@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-14-T-0084/listing.html)
- Place of Performance
- Address: BLDG 645 BEAR SWAMP ROAD, PICATINNY ARSENAL NJ 07806, Picatinny, New Jersey, 07806, United States
- Zip Code: 07806
- Zip Code: 07806
- Record
- SN03397133-W 20140619/140617234913-4e420453fd5d1e1589b8bbf42338cb44 (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 |