The RFP Database
New business relationships start here

Fuel Line Kits Used in Assembly of Chemical and Biological Protective Shelters


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR CBPS FUEL LINE KIT
SOLICITATION NUMBER: W52P1J-18-R-FUEL


Per allowance provided by FAR 12.203, this is a combined synopsis and 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; a written solicitation will not be issued.


Solicitation W52P1J-18-R-FUEL is being issued by the Army Contracting Command - Rock Island (ACC-RI) as a Request for Proposal (RFP).


This solicitation, and the provisions and clauses incorporated within, are in effect through the Federal Acquisition Circular 2005-97, effective 09NOV2017 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20171228, effective 28DEC2017. The complete text of any of the provisions and clauses included in this solicitation may be accessed in full text at http://farsite/hill.af.mil


Type of Set-Aside: Total Small Business Set-Aside


NAICS code: 333999


Small Business Size Standard: 500 employees


Line Items being requested via this RFP:
CLIN 0001: Fuel Line Kits
CLIN 0002: First Article Test


The ACC-RI hereby issues this RFP to manufacture and provide fuel line kits during the life of the intended 5-year indefinite delivery, indefinite quantity contract. The kits are used in the assembly of M8E1 Chemical and Biological Protective Shelters (CBPS) at Pine Bluff Arsenal in Pine Bluff, Arkansas. The CBPS is a rapidly deployable self-contained mobile medical unit that is used in contingency environments around the world, and is deployed to assist with natural disasters and in recovery situations involving weapons of mass destruction. The M8E1 CBPS consists of eight large modules and three smaller modules mounted on a Government-furnished M1085 Medium Tactical Vehicle (MTV).


In accordance with FAR 12.207(c)(1), award of a firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ) contract to one supplier is being contemplated after proper evaluation of proposals received in response to this solicitation. Additional details regarding the type of contract anticipated are as follows:


a) The contract will include five, one-year (12 month) ordering periods, resulting in a period of performance totaling 5 years.


b) The guaranteed minimum quantity of fuel line kits the Government will purchase during the life of the contract is 5 each; the maximum quantity of fuel line kits the Government will purchase during the life of the contract is 111 each. The maximum order quantity per 12-month ordering period is 45 each. Refer to the table provided below for clarification regarding the minimum and maximum order quantities.


c) The fuel line kits must meet the specifications provided within the Scope of Work, Technical Data Package, drawings, and this Request for Proposal.


d) The awardee will be made aware of the Government's plan to place an order via email and/or telephone correspondence.


e) Only the Army Contracting Command - Rock Island is authorized to place orders against the resulting IDIQ contract.


f) First Article Test items (i.e. CLIN 0002) must be delivered 30 days after date of contract award. Once the Government approves the First Article Test item(s), the awardee will then have 30 days to begin delivering the remaining order quantity. The Government may request that the awardee delivery a quantity of three to five kits per month.


Production and delivery of the fuel line kits shall meet all specifications included in the Scope of Work (SOW), which is Attachment 0001 to this RFP.


Delivery is FOB Destination to the following address:
Pine Bluff Arsenal
Central Shipping and Receiving Point (CSRP)
Building 53-990, 506th Street
Pine Bluff, AR 71602-9500


Interested offerors are highly encouraged to review in its entirety the Combined Synopsis and Solicitation .pdf document and the associated attachments for additional detail about the Government's requirement and instructions regarding how to properly submit a thorough proposal.


Attachments associated with this RFP include the following:


Attachment 0001 - Scope of Work and CDRLs
Attachment 0002 - Price Matrix
Attachment 0003 - FAR 52.212-3 Provision
Attachment 0004 - Non-Disclosure Agreement
Attachment 0005 - Notice to Accompany


Proposal submissions are due by Monday, June 18, 2018, at 3:00 p.m. central time, and should be transmitted via email to the Contract Specialist at angela.m.venes.civ@mail.mil. Offerors shall ensure that their company's name appears in the file name of the electronic proposal submission. The Offeror's proposal shall demonstrate an offeror's best solution and price to meet the requirements in the SOW and other documents. The proposal shall not repeat the RFP requirements, but rather provide documentary evidence of how contract requirements will be met. Proposals received in response to this RFP will be valid for 90 days from the closing date of the RFP. (NOTE: Offerors are responsible for submitting a timely proposal compliant with ALL provisions of FAR clause 52.212-1. Failure to submit a full, compliant, and timely proposal may result in a determination the proposal is non-compliant and render the proposal ineligible for award.)


If this RFP is amended, all terms and conditions that are not amended remain unchanged. Interested offerors shall acknowledge receipt of any amendment to the RFP by the date and time specified in the amendment(s) and in its proposal submission. Failure to acknowledge an amendment may result in an Offeror's proposal not being considered for award.


Interested offerors are responsible for submitting proposals, and any modifications, or revisions, by the time specified in the RFP or subsequent amendment(s). Any proposal or revision received after the time specified for receipt by the Government will be considered late and may not be considered for award.


The Government intends to award one contract under this RFP using the LPTA approach described at FAR 15.101-2. The Government intends to award without discussions but reserves the right to contact offerors for clarification, or discussions if later determined by the Source Selection Authority (SSA) to be necessary in accordance with FAR 15.306(a)(3).


An offeror should be sure to include the following as part of its proposal submission:


1) Completed Attachment 0002 - Price Matrix
2) Completed Attachment 0003 - FAR provision 52.212-3
3) Completed FAR Provision 52.209-11
4) Completed FAR Provision 52.225-2
5) Completed FAR Clause 52.225-18
6) Export Control Number per instructions in paragraph (j) of section (xiv).
7) Completed Attachment 0004 - Non-Disclosure Agreement
8) Email address per paragraph (b) in section (xiv).
*Vendor also needs to be registered in SAM database by closing date of this RFP in order to be eligible for contract award.


Any questions regarding this solicitation can be submitted to the Contract Specialist, Angela Venes, via email at angela.m.venes.civ@mail.mil until Tuesday, May 29, 2018 at 3:00 p.m. central time.


Angela M. Venes, Contract Specialist, Phone 3097823832, Email angela.m.venes.civ@mail.mil - Val Hansen, Contracting Officer, Phone 309-782-3720, Email val.b.hansen.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP