This is a combined synopsis/solicitation of H92242-12-R-7010 for the Naval Special Warfare Group Four, Naval Amphibious Base, Little Creek, Norfolk, VA (NSWG4). NSWG4 intends to award a Firm Fixed Price (FFP) contract to a contractor to provide (2) two, Caterpillar 3126 brand engines and (2) two, ZF Marine brand gear in accordance with the Statement of Work (SOW).
Item 0001: (2) Two each, 3126 Caterpillar DITA, in-line 6 cylinder diesel engines (in accordance with the SOW) to SBT-20 Virginia Beach, VA 23459
Item 0002: (2) Two each, ZF IRM 301 PL with ratio 1.408:1 (in accordance with the SOW) to SBT-20 Virginia Beach, VA 23459
Item 0003: Shipping
All items provided shall be in accordance with the attached SOW. Only new products will be accepted, no refurbished or "grey market" products will be considered. Only the name brand engines and tranmissions specified, and no other sources will satisfy the agency requirement under the applicable North American Industry Classification System (NAICS) codes 336350, 441310, 336399, 336350, and 336312. This is a limited source procurement under the authority of 10 U.S.C. 2304( c ) (5) and FAR 6.302-5. All authorized sources who feel they should be considered/qualified to provide the foregoing product may submit a proposal as directed in the following submission procedures.
The following FAR and DFARS provisions and clauses are applicable to this procurement: 52.212-1 (Feb 2012), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Mar 2012), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Oct 1998), 52.204-7 Central Contractor Registration (Feb 2012), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) (Mar 2012). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (May 2008), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Mar 2012) (Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005) and 252.211-7003 Item Identification and Valuation (Jun 2011). Proposals shall include the price for each item number listed in this synopsis. All clauses will be incorporated by reference and/or full text in the subsequent contract award.
All questions shall be sent to the Contracting Officer, Ms. Aninze Awanna via email at, [email protected] (757) 763-4407 not later than 4:00PM EST 08/15/2012. Information furnished shall include enough detailed documentation to allow the government to perform a proper evaluation. This is a request for competitive proposals for name brand items. A separate solicitation will NOT be issued. All proposals will be evaluated based on the lowest price meeting the technical specifications in accordance with the requirements of the SOW. Proposals shall be submitted not later than 4:00 PM EST, 24 August 2012.