Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
MODIFICATION

J -- Tactical Vehicle Modifications

Notice Date
7/18/2007
 
Notice Type
Modification
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
28310
 
Solicitation Number
Reference-Number-SWCSK27080N017
 
Response Due
8/16/2007
 
Archive Date
10/1/2007
 
Point of Contact
Nicole Clark, Contract Specialist, Phone 910-432-7670, Fax 910-432-9345,
 
E-Mail Address
clarknic@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subparts 12.6 and 13.3 and supplemented with additional information in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 05-17. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is issued as a 100% small business set-aside . The NAICS code is 332312 and the size standard is not more than 500 employees to be considered a small business. This acquisition will result in a firm fixed price type contract. The Government requires modifications to a total of six Government owned tactical (HMMWV) vehicles as noted: MODIFICATIONS REQUIRED ON FOUR VEHICLES: 1. The contractor shall provide and install rear troop seat assembly seats to face inboard and hold up to four personnel. Each seat shall include a safety belt, backrest and handrail and be able to fold down. 2. The contractor shall provide and install rear entry step for personnel to enter and exit the vehicle in a safe manner. 3. The contractor shall provide and install Assault Running Board assembly. 4. The contractor shall provide and install Middle Gunners Seat assembly to include safety belts. 5. The contractor shall provide and install Middle Gunner Seat Gun Mount assembly for crew served weapons. Mount need to be adjustable for placement of weapons. 6. The contractor shall provide and install Front Ramming Bumper assembly. Bumper needs to be attached directly to the vehicle frame and be strong enough to prevent breakage (Does not need to be ballistic resistant). The bumper needs to be at least 1/4? thick and no longer than the vehicle. 7. The contractor shall provide and install Turret Ring Bikini Top assembly. 8. The contractor shall provide and install Rear Wheel Well Assault Step assembly. This includes the left and right tire safety shields. Needs to be removable for use at any time. 9. The contractor shall provide and install turret ring gun mount and roll cage supporting structure. a. Includes 360 degree swivel turret ring with pintle socket. b. Include roll cage supporting structure to support turret ring. c. All components need to be capable of removal and reinstallation on future replacement vehicles. d. Include gunner?s adjustable platform step. Currently our vehicles are not configured for a roll cage/turret ring. MODIFICATIONS REQUIRED ON THE TWO REMAINING VEHICLES: Remove bolt on ladder packages from two existing vehicles and install on two new vehicles. The remaining required vehicle modifications will be the same as the other four with the exception of the following: 1. No Ramming Bumper assembly. 2. No roll cage & turret ring assembly. 3. The Middle Gunners Seat Gun Mount assembly will require modifications. 4. Location/positioning of Middle Gunners Seat may require some adjustment. The contractor shall maximize the use of existing serviceable Government owned bolt on parts. The government will transport the HMMWVs to and from the contractor?s facility within a thirty mile radius of Fort Bragg, North Carolina. The Government has several of these vehicles that previously received modifications. These vehicles are available for vendors to view in order to gain a better understanding of the extent of the modifications required. A coordinated site visit will be scheduled for all vendors wishing to view the vehicles and vendors wishing to submit a proposal are encouraged to take advantage of this opportunity. No individual site visits will be scheduled however. All vendors desiring a site visit shall notify MAJ Nicole Clark via e-mail at clarknic@soc.mil not later than 4:00 P.M. EST 23 Jul. Those indicating a desire to visit the site and see the vehicles will then be notified of the date, time and location for the site visit. Additionally, pictures of previously modified vehicles are available upon request. Questions concerning the vehicle modifications or this solicitation may be submitted to MAJ Clark not later than 4:00 P.M. EST, two working days following the scheduled site visit. The following Federal Acuisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by refeence into this procurement action. FAR 52.204-7, Central Contractor Registration FAR 52.211-8 Alt II, Time of Delivery with the following clauses addenda to paragraph (b), The Government requires delivery not later than 60 days following receipt of a written notice of award. FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the soliciation and is determined to be the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate offers that have been determined to meet the specifications identified above. (1) Technical, (2) Price, and (3) Past Performance. (1) Technical: Offers will be evaluated to determine that the offeror has a clear understanding of the modifications required and has experience performing vehicle modifications. Additionally, the Government will review the vendor?s delivery schedule, with greater weight given to faster delivery of modified vehicles (2) Price. Offers will be evaluated for price. Prices shall be quoted at two line items, one line item for the four HMMWV Assault Vehicles and another line item for the two HMMWV Assault Ladder Trucks. The price will be a ?per vehicle? price which will be multiplied by the numbers of vehicles being modified to provide an extended price. Past Performance. Offers will be evaluated to determine that they have successfully completed similar work on time and within budget. Offerors shall provide three references to include contract numbers, POC, POC phone numbers for contracts of similar size and scope. Technical is more important than price and Technical and Price combined are significantly more important than Past Performance. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.203-6 Alt I, 52.219-6, 52-219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-6, 52.232-33, 52.237-2, 52.242-13, 52.245-1, 52.245-1, and 52.247-34. FAR 52.222-3, Convict Labor FAR 52.222-41, Service Contract Act of 1965, as Amended. FAR 52.237-1, Site Visit FAR 52.246-2, Alt I, Inspection of Supplies-Fixed Price. FAR 52.252-2, Clauses Incorported by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.204-7004, Required Central Contractor Registration, Alt A DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b): 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing number W36QZT7193Z218 may be submitted in hard copy via mail or hand-delivered to HQ, USASOC, ATTN: DCSAC, AOCO, 2929 Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or e-mailed (preferred) to Sandra Aman at amans@soc.mil. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. Offers shall include: (1) letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement of any issued amendments; (4) a proposed delivery schedule; (5) your prices; (6) Past Performance information; and (7) your technical proposal. Your technical proposal shall include drawings or pictures to show how you intend to modify the vehicles, as well as a written description of how you intend to accomplish the requirement. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of the offeror to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. Offers must be received by 2:00 PM EST, 16 Aug 07. Questions should be e-mailed to MAJ Nicole Clark at clarknic@soc.mil or Sandra Aman at amans@soc.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/Reference-Number-SWCSK27080N017/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01346318-F 20070720/070718225544 (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  © 1994-2020, Loren Data Corp.