Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOURCES SOUGHT

42 -- Sources Sought - Amphibious Utility Tractor

Notice Date
3/28/2012
 
Notice Type
Sources Sought
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
FWS, DIVISION OF CNTRCTING AND GENLP.O. BOX 1306ALBUQUERQUENM87102-3118
 
ZIP Code
87102-3118
 
Solicitation Number
F12PS00249
 
Response Due
4/23/2012
 
Archive Date
5/23/2012
 
Point of Contact
TODD W. ANNES
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The US Fish and Wildlife, Region 2 is seeking sources for a potential competitive solicitation open to all business sizes. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on manufacturer and delivery of a vehicle for firefighting and wildlife conservation missions in marsh/wetland environments in the Southeast Texas coastal marsh and wetland environments. This will be considered a Low Ground Pressure Amphibious Vehicle, Please review and provide comments on the draft Statement of Work currently developed to explain this need. The current aging fleet of amphibious tractors consists of approximately 6-8 units. The US Fish and Wildlife Service is also hoping through this sources sought to obtain information on a variety of systems/alternatives to the current system design that may work for this mission in a more efficient manner. US Fish and Wildlife service has provided photos of current units being used for this mission and can arrange physical review of current system if necessary; any review will be at contractor expense. Ultimately a contract or contracts are contemplated on a Firm-Fixed Price (FFP) basis to purchase replacements of the current aged fleet; the magnitude of these contracts is between $100,000 and $200,000 for each unit for a total of approximately $600,000.00 to $1,000,000.00 Work to be performed will be considered within the North American Industry Classification System (NAICS) Code 336999 All Other Transportation Equipment Manufacturing; This U.S. industry comprises establishments primarily engaged in manufacturing transportation equipment If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement and any review comments on the documents provided to Contracting Officer Todd Annes via mail addressed to US Fish and Wildlife Division of Contracting and General Services, 500 Gold Ave SW, Suite 5108, Albuquerque, NM 87102, fax to (505) 248-6791, or email to todd_annes@fws.gov no later than 3:00 PM MST, 23 Apr 2012. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (505)248-6408 (if an acknowledgement is not received back via email) it is strongly recommended to ensure receipt of your submission by the Government.Request interested firms that respond to this notice include the following in their Capability Statement:(a) Firm's INFORMATION [name, address, phone number, DUNS Number];(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor];(c) IF ANY SMALL BUSINESS STATUS APPLIES [e.g., 8(a) [including graduation date], HUB Zone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.];(d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience with special purpose vehicles and a primary focus on Firm Fixed Price (FFP) type contracts and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) PERCENT OF WORK the firm can commit to in accomplishing manufacture and delivery with in-house owned or with use of US made products and service provided labor.(f) STATEMENT OF WORK/NEED REVIEW provide information on limitations the documents may possess and suggested changes to encourage competition and updates to design technologies now available to meet this vehicle usage mission.Responses should be limited to ten (10) pages to include any photos or graphics. The government reserves the right to set aside any future acquisition for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website.This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00249/listing.html)
 
Record
SN02708306-W 20120330/120329000037-cee2943c937f4eadab032678d78212f2 (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.