Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
MODIFICATION

23 -- Non Standard Commercial Vehicles (NSCV)

Notice Date
12/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-12-R-0046
 
Point of Contact
Charlotte Williams, , Traci A. Dandeneau,
 
E-Mail Address
charlotte.williams@socom.mil, traci.dandeneau@socom.mil
(charlotte.williams@socom.mil, traci.dandeneau@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Non-Standard Commercial Vehicle (NSCV) Contracting Office Address U.S Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, 33621-5323 Description United States Special Operations Command (USSOCOM), Directorate of Procurement has a requirement to purchase Non-Standard Commercial Vehicles (NSCV) with Special Operations Forces (SOF) peculiar modifications. The NSCV types (vans, sedans, sport utility vehicles, and pick-up trucks) will vary in accordance with the attached Statement of Work (SOW). Information received from this sources sought notification will be used to determine the acquisition strategy to include competition (i.e. Full and open or small business set-aside). The Government's intent is to award an Indefinite Delivery Indefinite Quantity (IDIQ) type of contract for a maximum of 3500 NSCV issuing Firm Fixed Price (FFP) delivery orders using fair opportunity. In addition, the Government's intent is to release a Request for Proposal (RFP), which will be posted on the FEDBIZOPPS website after finalization of the acquisition strategy. Interested vendors shall provide, at minimum, the following information based on the attached SOW. Interested vendors must affirmatively demonstrate that they have: (a) adequate financial resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a); (b) the ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) a satisfactory performance record (see FAR 9.104-3(b) and FAR Subpart 42.15) to include information specific to the vehicle types listed above; (d) a satisfactory record of integrity and business ethics (for example, see FAR Subpart 42.15); (e) the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (see FAR 9.104-3 (a)); (f) the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); NOTE: for small businesses, the reply should include a response given consideration that performance must be accomplished within the United States (see FAR 19.102(f)(1)); (g) otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108); (h) the ability to comply with FAR 52.219-14, Limitations of Subcontracting, if they are a Small Business; and (i) the capability to import/export all vehicles. (j) the ability to obtain certifications from independent, accredited test facilities as outlined in the SOW. Responding ‘yes' or ‘no' to any area is insufficient. Interested vendors must adequately address by providing credible evidence in these areas of responsibility or the Government may determine the information invalid. The Government reserves the right to research all submitted information to include a possible site visit to validate claims. The final RFP will be posted on the FEDBIZOPPS website. The North American Industry Classification System (NAICS) is 336112. Vendors requesting access to the SOW must have a NAICS sector and subsector designation of 336 to be considered for access. Response Date Responses due by 30 November 2011. UPDATE: USSOCOM IS EXTENDING THE CURRENT RESPONSE DATE FOR THIS SOURCES SOUGHT TO ALLOW SMALL BUSINESSES ADDITIONAL TIME TO THOROUGHLY RESPOND. THE NEW RESPONSE DATE IS 14 DECEMBER 2011. All responses shall be sent directly to Gloria Stone, Phone 813-826-9444, Fax at 813-826-3057, Email gloria.stone2@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-12-R-0046/listing.html)
 
Record
SN02631733-W 20111203/111201234739-5916f92ca7eef88cf9af1ad4b6efb47a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.