Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

25 -- M1165 HMMWV Cargo Bed Covers

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-10-T-0030
 
Archive Date
9/30/2010
 
Point of Contact
Lisa Sircy, Phone: 6153130879
 
E-Mail Address
lisa.sircy@us.army.mil
(lisa.sircy@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited. Solicitation number W912L7-10-T-0030 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, The Tennessee Army National Guard has the following requirements. This requirement is being advertised as Small Business set-aside; the North American Industry Classification System (NAICS) Code is 336211 with a Small Business Size Standard of one thousand employees. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: 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 (JUN 2006) (Deviation), and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). Proposals are due in this office no later than Wednesday, September 15, 2010, 10:00 AM local central daylight savings time. They shall be emailed to lisa.sircy@us.army.mil or facsimile to 615-313-2659. Point of Contact referencing this solicitation is Lisa Sircy at 615-313-0879. Offers will be evaluated using the evaluation criteria outlined in FAR 15. The award will be made to the vendor whose proposal is most advantageous to the Government. The evaluated non-cost factors for this acquisition shall be technical acceptability, delivery and availability. Past Performance will also be an evaluation factor in this acquisition along with price, vendors shall submit past performance. The following Contract Line Item Numbers (CLINs) are as follows: CLIN0001 - (72 each) M1165 Cargo Bed Cover Specifications (must fit M1165 HMMWV) 1)Shelter - Vacuum Assist Resin Transfer Molded, minimum thickness of.500 inch thickness in roof section. Engineered 3D fabric. High insulating, sound-deadening core that meets OEM requirement for flammability. Impact to payload 150-165 lbs. 2)Antenna Ground Plane - embedded bronze mesh w/ 8 integrated ground studs with ground straps. 3)Rear Door Options a)Horizontal 5052 Aluminum or better Barn Doors with pad lockable T-Handle minimum thickness of 0.125" prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 4)Side Storage Compartment Assembly Options - a)5052 Aluminum flip up door with pad lockable T-Handle, minimum thickness of 0.125" prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 5)Independent Mounting Collar - 5052 Aluminum or better Mounting Collar with minimum thickness of 0.1875" with welded standoffs a)Must have provisions for optional AFES, Cargo Over-Pressurizer and wire harness routing with aluminum cover plates prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 6)Interior Height - 40" minimum 7)Brackets - 5052 Aluminum or better rear mounting brackets prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 8)Hardware/Fasteners - Dorrltech or better (prepped for corrosion resistance) all required fasteners included in kit 9)Stainless Steel Door Hinges minimum 0.090" thick prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 10)Roof Load Limit - minimum of 250 pounds per square foot 11)CARC Paint - Applied Both inside and outside to Mil Spec Standard MIL-DTL-61459 12)No wood products allowed in laminate schedule 13)Warranty, Provisioning and Technical Support - minimum 2 Year factory warranty 14)Training - On-Site "train the trainer" program must be performed by factory technician. Custom program will include a minimum of two days on site training or as required by OIC. Installation Instructions included with each individual top (CD, drawings, and or word document) All products delivered FOB Destination. All costs shall be included in the quote. Please provide Dun and Bradstreet number (DUNS), tax identification number and CAGE code; vendor's Offeror Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-10-T-0030/listing.html)
 
Place of Performance
Address: 1801 Holtzclaw Avenue, Chattanooga, Tennessee, 37404-4806, United States
Zip Code: 37404-4806
 
Record
SN02275047-W 20100911/100910000057-e9fe2b35e668d971c0b5949008ad39ba (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.