The RFP Database
New business relationships start here

CAT and Standanyne Engine cutaway training aids


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items.

This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-19-Q-0275. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This solicitation is issued as 100% small business set aside. NAICS Code 336310 is applicable and business size is 1,000 employees. The solicitation will start on the date this solicitation is posted and will end on 27 August 2019 9:00 AM Pacific Standard Time.


Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.

Requirements
*********************************************************
Line Item 0001: Stanadyne DB2 Diesel Rotary Pump Cutaway See Statement of Work for full details.
Qty: 3 Each

Line Item 0002: CAT 3208 Diesel Injection Pump Cutaway
Qty. 1 Each

Period of performance: 30 to 60 days after award

Delivery: FOB Destination.
Inspection and acceptance: At Destination by the Government.
Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award.


Statement of Work

Background.

1. Naval Construction Training Center (NCTC) on Naval Base Ventura County (NBVC) Port Hueneme, CA develops and trains Sailors, Soldiers, Airman, and Marines in construction trades and military skills for Department of Defense operating forces to accomplish contingency and peacetime construction, chemical, biological, and radiological operations, and humanitarian assistance missions worldwide.

2. NCTC offers the CM Pipeline course, CIN A-610-0022D. CM Pipeline course is a 50-day course that provides training for Construction Mechanic A-school and Air Force Vehicle Maintenance technical training students the fundamentals of a vehicle and equipment. This Course of Instruction contains hands-on laboratories that are tested and evaluated.


Requirement.

1. Naval Construction Training Center Port Hueneme, CA requires 3 each of the Stanadyne DB2 Diesel Rotary Pump Cutaway trainers and 1 of the CAT 3208 Diesel Injection Pump Cutaway trainer for CM A-School Course.

2. General.

a. 3 of the Stanadyne DB2 Diesel Rotary Pump Cutaway trainers is the most effective training device we can use to teach up to 24 students of CM A-School CIN A-610-0022D courses on distributor type diesel injection pumps. The current trainers used are original sealed pumps and the students cannot see the internal components crucial to the learning of the pump. Older cutaway trainers also used are missing parts and no longer function as intended. The Stanadyne DB2 Diesel Rotary Pump Cutaway trainers has the capability to show internal parts and students can visually inspect internal components and functions.

b.
1 of the CAT 3208 Diesel Injection Pump Cutaway trainer is the most effective training devise we can use to teach up to 24 students of CM A-School CIN A-610-0022D courses on sleeve metering system of a multiple-plunger type diesel injection pump. There is currently no good functioning trainers for this type of pump being used. The CAT 3208 Diesel Injection Pump Cutaway trainer has the capability to show internal parts and students can visually inspect and learn internal components and functions.

3. Tentative Delivery Dates.

a. From 25 September 2019 to 25 October 2019     

4. Inspection and Invoicing.
a. Upon delivery and in the presence of vendor representative(s), NCTC receiving agents will inspect trainers for any deficiencies.
b.
In the event of discrepancies, the vendor will replace trainers deemed unsuitable for use.

Command Address:
Naval Construction Training Center (NCTC)
363 Whitehouse Way
Building 1300
Port Hueneme, CA 93043

End

This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/

Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240.

Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFARS 252.232-7003 and DFARS 252.232-7006.

Requests for technical and or contractual clarification are to be submitted in writing.
TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to E-mail: nelson.arias@navy.mil received no later than 26 August 2019 9:00:00 AM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation.

THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT.
It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government.

The following Clauses are applicable:

FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-6, Unique Entity Identifier
FAR 52.204-7, System for Award Management
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-12, Unique Entity Identifier Maintenance
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporation by Reference of Representations and Certifications
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.207-4, Economic Purchase QuantitybSupplies
FAR 52.209-6, Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.211-6 Brand Name or Equal
FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely.
It contains the guidelines for submission of your quotation.
FAR 52.212-2 Evaluation of Commercial Items;
The Government will make a single award using a low price technically acceptable (LPTA) source selection. The Government intends to award on initial offers but reserves the right to conduct discussions.
To be determined technically acceptable, an offeror must submit a proposal that does not take exception to any term of the solicitation. The contracting officer will use the following rating table:
Rating Description                        
Acceptable                  Proposal does not take exception to any term of
solicitation and therefore clearly meets the requirements
of the solicitation.    

Unacceptable Proposal takes exception to a solicitation term(s) and
therefore does not clearly meet the requirements of the
solicitation.


Price will be evaluated by totaling the prices for all line items and subline items for which the Government has requested the offeror provide a price.
An award will only be made to an offeror that satisfies the general responsibility standards of FAR 9.104-1.
The contracting officer may either make a responsibility determination without requesting any information from an offeror or require the offeror provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The particular information requested from an offeror will be specific to that offeror. For example, an offeror that the contracting officer is less familiar with may be required to provide information not required from another offeror.
The contracting officer may consider an offerorbs inability to promptly respond to a request for information as an indication the offeror is nonresponsible since FAR 9.103(c) obligates prospective contractors to affirmatively demonstrate their responsibility.
When the contracting officer requests responsibility information, the contracting officerbs request, the offerorbs response, and all related communications between the Government and offeror are solely for the purpose of determining whether the offeror is responsible. These communications will not constitute discussions within the meaning of FAR 15.306 since the offeror will not be given an opportunity to revise its proposal.
While the contracting officer may require the offeror to provide any information related to the standards at FAR 9.104-1, the following are examples of information that may be required:
1.
A demonstration, through information such as bank references and financial information (e.g., most current annual balance sheet), that the offeror has adequate financial resources to perform the contract.
2. A demonstration the offerorbs price is not so low as to call into question the offerorbs capability to successfully perform the contract.
3. Past performance information on recent contracts for items similar to this requirement, including a point of contact for the Government activity or commercial entity customer.
4. A demonstration the offeror can comply with the required performance schedule, including a transition plan.
5. A demonstration the offeror has, or can obtain, the organizational, management and technical skills to successfully perform.
This demonstration may involve the particular personnel and approaches available to the offeror.
6. The offerorbs quality assurance procedures.
7. The equipment and facilities the contractor will use.
8. Information demonstrating a proposed subcontractor satisfies the FAR 9.104-1 general standards of responsibility.
9. Completion of the 52.212-3 Offeror Representations and Certifications -- Commercial Items.
10. A demonstration the offeror isnbt an inverted domestic corporation. 11. Certificate of registration of the company.
12. A demonstration the offeror has all registrations, permits and licenses required to perform the contract in the locations for which the offeror is proposing.

13. In the event the offeror is a joint venture, a Memorandum of Association which indicates who has the authority to bind the company
Nothing in this provision limits the contracting officerbs discretion to rely on information available from other sources (e.g., past performance data bases, discussions with other entities familiar with the offeror) or to use any other technique described FAR 9.1 when determining whether the offeror satisfies the FAR 9.104-1 general responsibility standards.
FAR 52.212-3, Offeror Representations and CertificationsbCommercial Items
FAR 52.212-3, Offeror Representations and CertificationsbCommercial Items--Alternate I
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersbCommercial Items
FAR 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)
FAR 52.219-28, Post-Award Small Business Program Rerepresentation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child LaborbCooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-15, Energy Efficiency In Energy-Consuming Products.
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds TransferbSystem for Award Management
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7036, Buy AmericanbFree Trade Agreementsb Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea--Basic

REVIEW OF AGENCY PROTESTS

The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).

Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.

The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 b 3rd floor, San Diego, CA 92136.
Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official.

Quoting contractorbs should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.

UNIT PRICES

Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act.


End of Clauses/Provisions.

Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation.


Quotation information may be submitted via email. Submit responses to: nelson.arias@navy.mil. Reference solicitation number: N00244-19-Q-0275 on all documents and requests for information. Quotes shall be received no later than 27 August 2019 9:00 AM

Nelson J. Arias 619-556-9532

Contracts Specialist Email

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP