Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOLICITATION NOTICE

42 -- Wildland Fire Brush Truck

Notice Date
8/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 1453, Fort Rucker, AL 36362
 
ZIP Code
36362
 
Solicitation Number
fortruckernrb003
 
Response Due
8/18/2017
 
Archive Date
2/14/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is fortruckernrb003 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-08-18 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Rucker, AL 36362 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: 2017 F-550 or equal 2 Door chassis, 4x4, WB 145", 1, EA; LI 002: Cab to Rear axle 60 inch, 1, EA; LI 003: Steer axle heavy duty 6000# package, 1, EA; LI 004: min 6.0 liter gas engine, auto transmission, P/S, anti lock disc brakes, 1, EA; LI 005: Cab color Red, 1, EA; LI 006: window and door controls electric, climate controlled cab, AM/FM/CD, 1, EA; LI 007: off road lift kit 4-6" w/matching suspension components to be added for off road use without altering Mfg. warranty and components., 1, EA; LI 008: 5 ea. larger single off road tires/wheels.335/80R20 22PR,severe service all terrain tread load range "M" are to replace standard tires/wheels front and rear and spare, speed sensor installed to recalibrate speed as needed, 5, EA; LI 009: The body will be a custom fabricated severe service flatbed type constructed of aluminum. The body shall be 114" long by 96" wide, designed for a 60" cab to axle (chassis) dimension. The body shall be specifically designed and engineered for off- road wildland firefighting, MAIN FRAME The body shall have 5" x 1.75" structural aluminum channel main frame rails.The body frame rails shall be isolated from the truck frame by.500" industrial isolators, 1, EA; LI 010: SUB-FRAME The cross-members shall be 3" x 2 5/16"" structural aluminum I beams with cross-members on 12" centers., 1, EA; LI 011: MOUNTING The body shall be bolted to the chassis frame rails at the rear end of the frame. There shall be brackets installed at the middle of the body frame to prevent side to side movement. The body shall be spring mounted at the front of the body frame. The flexible mounting system shall allow for body/chassis flexing during extreme off road conditions, 1, EA; LI 012: ANGLED CORNERS The front corners of the flat-bed body will be angled at approximately 22'., 1, EA; LI 013: HEADACHE RACK The front of the body shall have a 2" formed aluminum tube headache rack. The rack shall extend the full width of the body and be attached to the front body corners. The assembly shall extend above the chassis cab and have mounting platform for installation of the light bar and two work lights. Wiring for the lights will be placed inside the tubing for protection. The headache rack shall have four (4) vertical 2" tubes for extra strength., 1, EA; LI 014: The fuel filler tube and cap shall be installed at the driver's side, rear of the body., 1, EA; LI 015: FENDER PANELS The lower portion of the flat-bed body shall have fender panels over and aft of the rear wheel panel area. The panels shall be constructed of polished aluminum tread plate. The wheel well openings will be cut out to conform to the wheels., 1, EA; LI 016: REAR BODY PANEL A vertical body panel shall be installed at the rear of the body constructed of.12S" smooth aluminum. The panel shall house: running lights,taillights, back-up lights, and emergency lights. The body panel shall be angled to allow for approximately 27 degrees angle of departure., 1, EA; LI 017: PROTECTIVE RAILS The upper body area shall be protected with radius corner 1" diameter aluminum tube railing assembly installed around the top of the step side flat-bed body. The corners of the body shall have vertical risers spaced in critical areas. The railings shall act as protection for the upper body structures when off road in heavy brush conditions. The rear upper body corner rails shall house the upper emergency lights and work lights., 1, EA; LI 018: DIAMOND PLATE FINISH BODY AND COMPARTMENTS/TRAYS The exterior surface of all body skins, compartments, and trays shall all be polished diamond plate aluminum finish., 1, EA; LI 019: DRIVERS SIDE UPPER BOPY COMPARTMENT A body equipment storage compartment shall be installed on the flatbed surface, driver's side of the apparatus. The exterior dimensions shall be approximately 48" wide, 24" high, and 18" deep. The compartment shall be constructed of.125"aluminum tread plate on all exterior surfaces. The compartment shall be equipped with a lift up door with latch installed. The door shall be equipped with dual gas operated door opening assistant cylinders. Turtle tile shall be installed on the floor, 1, EA; LI 020: PASSENGERS SIDE UPPER BODY COMPARTMENT A body equipment storage compartment shall be installed on the flatbed surface, passenger's side of the apparatus. The exterior dimensions shall be approximately 48" wide, 24" high, and 18" deep. The compartment shall be constructed of.125" aluminum tread plate on all exterior surfaces. The compartment shall be equipped with a lift up door with latch installed. The door shall be equipped with dual gas operated door opening assistant cylinders. Turtle tile shall be installed on the floor., 1, EA; LI 021: 0022 UNDER BODY COMPARTMENT -- REAR CENTER An under body equipment storage compartment shall be installed under the flatbed surface located in the center rear of the apparatus. The exterior dimensions shall be approximately: 33" wide, 5" high, and 96" front to rear. The compartment shall be between the vertical body beams, upper floor surface, and an aluminum lower floor area. The compartment shall be equipped with a hinged drop down door with dual latches installed., 1, EA; LI 022: REAR SLIDE-OUT TRAY The rear center compartment shall be equipped with an.190" aluminum slide out tray on UHMW plastic slide pads and poly rollers. The tray shall be full width and full length of the compartment interior, 1, EA; LI 023: INTERIOR COMPARTMENT VENTILATION LOUVERS Compartments shall be provided with louvered ventilation units, 1, EA; LI 024: COMPARTMENT DOOR KEY LOCKS The hinged compartment doors shall be equipped with key type door locks., 1, EA; LI 025: COMPARTMENT LIGHTING. STRIP LIGHTS Each upper body compartment shall be equipped with a white LED strip light., 1, EA; LI 026: AUTOMATIC COMPARTMENT DOOR LIGHT SWITCHES Each exterior compartment light shall be automatically controlled by a door activated switch. A "door ajar" warning light shall be installed on the center console. The light shall be flashing red LED light with a clear lens., 1, EA; LI 027: HOSE TRAY DRIVERS SIDE A hose storage tray shall be installed over the driver's side equipment compartment, on the driver's side of the apparatus. The exterior dimensions shall be approximately: 16" wide, 8" high, and 64" long. The hose tray shall be constructed entirely of.125" aluminum tread plate on all exterior surfaces. The assembly shall be equipped with a hinged lift up aluminum tread plate door on top, enclosed front panel, and open rear area. The hose tray shall be equipped with Turtle Tile floor covering., 1, EA; LI 028: TOOL STORAGE TRAY/COMPARTMENT -- PASSENGERS SIDE A tool storage compartment shall be installed over the passenger's side equipment compartment, on the passenger1s side of the apparatus. The dimensions shall be approximately: 16" wide, 8" high, and 64" long. The compartment shall be constructed of.125" aluminum tread plate on all exterior surfaces. The compartment shall be equipped with a hinged lift up aluminum tread plate door with a latch installed. The compartment shall be equipped with Turtle Tile floor covering., 1, EA; LI 029: REAR PULL OUT STEP:There shall be a rear "Pull-Out-Fold-Down" step located at the driver's side rear of the apparatus, step shall be stowed in a pocket under the rear of the unit. Storage pocket shall be fabricated to allow easy access to deploying for operation., 1, EA; LI 030: FOLDING STEP A 4 lighted 8" square folding step of die cast zinc shall be installed. The step shall comply with NFPA non-slip standards and shall be installed on the rear driver's side of the body. The step shall be equipped with lighting to NFPA standard., 1, EA; LI 031: ELECTRICAL ENCLOSURE:An electric wiring enclosure for the 12 volt wiring shall be installed in the forward wall of the driver's side upper body compartment with an access panel. The following describes the low voltage electrical system on the apparatus including all panels, electrical components, switches and relays, wiring harnesses and other electrical components. The apparatus manufacturer shall conform to the latest Federal DOT standards, current automotive electrical system standards and the applicable requirements of the NFPA. Wiring shall be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for which the circuit is protected. Voltage drops shall not exceed 10 percent in all wiring from the power source to the using device. The wiring, wiring harness and insulation shall be in conformance to applicable SAE and NFPA standards. The wiring harness shall conform to SAE J-1128 with GXL temperature properties. Exposed wiring shall be run in a loom with a minimum 289 degree Fahrenheit rating. Wiring looms shall be properly supported and attached to body members. Electrical conductors shall be constructed in accordance with applicable SAE standards, except when good engineering practice requires special construction. All wiring connections and terminals shall provide positive mechanical and electrical connections and be installed in accordance with the device manufacturer's instructions. When wiring passes through metal panels, electrical connections shall be secured with mechanical type fasteners and rubber grommets.Wiring between cab and body shall be split using connectors or enclosed in a terminal junction panel allowing body removal with minimal impact on the apparatus electrical system. Connections shall be crimp-type with heat shrink tubing with insulated shanks to resist moisture and foreign debris such as grease and road grime. Weather resistant connectors shall be provided throughout the system.Electrical junction or terminal boxes shall be weather resistant and located away from water spray conditions. When required, automatic reset breakers and relays shall be housed in the main body junction panel.There shall be no exposed electrical cabling, harnesses, or terminal connections located in compartments, unless enclosed in an electrical junction box or covered with a removable electrical panel. Wiring shall be secured in place and protected against heat, liquid contaminants and damage.Low voltage overcurrent protective devices shall be provided for the electrical circuits. The devices shall be accessible and located in required terminal connection locations or weather resistant enclosures. Overcurrent protection devices shall be automatic reset type suitable for electrical equipment and meet SAE standards. All electrical equipment, switches, relays, terminals, and connectors shall have a direct current rating of 125 percent of maximum current for which the circuit is protected. Electro-magnetic interference suppression shall be provided in the system as required in applicable SAE standards., 1, EA; LI 032: The following describes the low voltage electrical system on the apparatus including all panels, electrical components, switches and relays, wiring harnesses and other electrical components. The apparatus manufacturer shall conform to the latest Federal DOT standards, current automotive electrical system standards and the applicable requirements to applicable SAE J-1128,DOT and NFPA standards.Wiring shall be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for which the circuit is protected. Voltage drops shall not exceed 10 percent in all wiring from the power source to the using device. The wiring, wiring harness and insulation shall be in conformance to applicable SAE and NFPA standards., 1, EA; LI 033: WATER TANK SPECIFICATIONS The water tank shall have a capacity of 300 gallons. To be constructed of black polypropylene, nitrogen-welded and tested inside and out. The tank manufacturer shall define the floor, top, sides,ends, and baffles material thickness. The tank shall carry a lifetime warranty. The transverse and longitudinal swash partitions shall be interlocked and welded to each other as well as to the walls of the tank.The partitions shall be designed and equipped with vent holes to permit air and liquid movement between compartments. The cover shall be recessed.375"from the top of the side walls. Hold down dowels shall extend through and be welded to both the covers and the transverse partitions, providing rigidity during fast fill operations. Drilled and tapped holes for lifting eyes shall be provided in the top area of the water tank. The water tank manufacturer shall certify the capacity of the water tank prior to delivery of the apparatus. This capacity shall be recorded on the manufacturer's data plate. A 300 gallon water tank, construction shall conform to applicable NFPA standard. The water tank shall be equipped with translucent water level sight gauge in the rear wall of the tank. The tank fill tower shall be located in the driver's side rear corner of the water tank. The fill tower shall incorporate a vent and overflow system shall be designed into the water tank. The system shall include a 3" diameter pipe that functions both as an air vent while emptying the tank and as an overflow when filling the tank. The overflow shall discharge excess water below the frame rails of the vehicle., 1, EA; LI 034: FIRE PUMP SPECIFICATIONS Darley model number 2 BE 23 Vanguard gasoline powered, skid mounted centrifugal l portable pump shall be provided. The medium pressure, high volume pump, direct drive, engine mounted shall meet the following performance requirements:390 GPM @ 30 PSI,200 GPM @ 110 PSI,100 GPM @ 140 PSI The pump unit shall be supplied with a control panel for remote mounting, center of bed panel light, hour meter I tachometer, pressure gauge, on/off ignition switch, and a low oil pressure light, engine choke, engine throttle, pull type cable exhaust-type primer.Suction - 3" NPTF Discharge - (2) 1.5" NPTF and (1)2.5"NPTF Pump Warranty/Guarantee to be included with each proposal. Pump warranty shall be for three (3) years or 3,000 hrs. A 6 gallon plastic fuel tank shall be supplied, 1, EA; LI 035: STAINLESS STEEL PLUMBING SYSTEM The auxiliary fire pump plumbing system shall be built mostly of stainless steel piping, fittings, and connections. Victaulic couplings shall be installed to permit flexing of the plumbing system and allow for quick removal of piping or valves for service. Tank connections and remote plumbing shall use high-pressure flexible piping. Flexible hose couplings shall be threaded stainless steel or Victaulic connections. All valves used in the plumbing installation shall be stainless steel quarter turn full flow type. With local "on-valve" handle control, with custom embossed labeling for each valve. The hose threads shall be National Hose Standard (NH) on all base threads on the apparatus intakes and discharges, unless otherwise specified. fire pump and engine assembly shall have a muffler and vertical exhaust pipe. The exhaust pipe shall be directed upward and away from the pump operator. A rain cap will be installed vertical outlet., 1, EA; LI 036: AUXILIARY EIRE PUMP MOUNTING PROVISIONS The auxiliary fire pump shall be installed at the rear center of the body.The sub-structure shall have welded in mounting sub-plates between the structural members. One (1) 2-1/2" gated suction intake shall be installed on rear area to supply the fire pump from an external water supply. The valve shall be controlled with a direct quarter-turn ball valve control handle and shall have 2-1/2" NH female thread with removable screen with plug. TANK TO PUMP LINE INSTALLATION A 2.5" tank to pump line shall be installed with a flexible hump hose connection and stainless steel clamps to the water tank. The valve shall be controlled with a manually operated handle directly on the valve. WATER TANK FILL AND COOLING LINE One (1) 1" fire pump to water tank refill and bypass cooler line shall be provided. The pump to tank valve shall be a 1" full flow quarter turn ball valve with local control handle. A 1" flex hose shall be installed to the water tank., 1, EA; LI 037: FRONT OF BODY DISCHARGE ! THROUGH THE TANK\ A 1.5" discharge shall be piped from the rear pump area to the front on the body. A 1.5" master control valve shall be installed at the rear pump manifold area with direct control handle., 1, EA; LI 038: FRONT OF BODY DISCHARGE ! THROUGH THE TANK\ A 1.5" discharge shall be piped from the rear pump area to the front on the body. A 1.5" master control valve shall be installed at the rear pump manifold area with direct control handle., 1, EA; LI 039: HOSE REELS Two (2) Hannay aluminum hose reels shall be installed. The reels shall have leak proof ball bearing swing joints, adjustable friction brakes, electric 12 volt rewind and manual crank rewind provisions. The reels shall be plumbed with wire reinforced, high-pressure hose coupled with brass fittings. The reels shall be designed to hold 125% of the specified hose capacity. The reels shall be installed rear outside top corners of the bed, facing outward, reels shall have a capacity of 200 feet of 3/4" hose., 2, EA; LI 040: HOSE REEL HOSE One 3/4" X 150 foot length of non-collapsible boost lite hose shall be installed on each hose reel. The hose shall be equipped with 1" NH threaded couplings and have a 500 PSI working pressure. a S&H nozzle Part Number NZ-CF-1 or equal,a bracket installed to hold the nozzle in place., 2, EA; LI 041: HOSE REEL ROLLER The hose reels shall be provided with a Hannay center mounted stainless steel roller assembly, 2, EA; LI 042: Front Bumper The factory bumper shall be removed and replaced with a custom fabricated, heavy duty bumper and grille guard protection assembly. skid plate will be installed from the bumper area extending below the bumper and chassis radiator area. A 1200lb warn winch with tow hooks 2ea are included. Spray nozzles will be attached to bumper., 1, EA; LI 043: Bumper will have 4-6 ea. nozzles 5-8 gpm nozzles with a pattern in such a way to cover 15-20 ft. in front of vehicle. Controls for nozzle's to be in drivers station of vehicle. Having the capacity to be operated either right,left or all section of nozzles from control panel., 1, EA; LI 044: Rear receiver. The rear of the chassis shall be equipped with trailer receptacle, one (1) square steel tube receiver assembly for high or low angle rescue, trailer use, and winch applications. It shall be the same size as a Class Ill trailer hitch and shall be attached to the chassis frame assembly. The receiver shall be rated at approximately 10,000#.assembly shall be equipped with two (2) heavy duty rear tow loops, one (1) each side, 1, EA; LI 045: UNDER BODY COMPARTMENT -- REAR CENTER An under body equipment storage compartment shall be installed under the flatbed surface located in the center rear of the apparatus. The exterior dimensions shall be approximately: 33" wide, 5" high, and 96" front to rear. The compartment shall be between the vertical body beams, upper floor surface, and an aluminum lower floor area. The compartment shall be equipped with a hinged drop down door with dual latches installed, 1, EA; LI 046: UNDER BODY COMPARTMENT -- REAR CENTER An under body equipment storage compartment shall be installed under the flatbed surface located in the center rear of the apparatus. The exterior dimensions shall be approximately: 33" wide, 5" high, and 96" front to rear. The compartment shall be between the vertical body beams, upper floor surface, and an aluminum lower floor area. The compartment shall be equipped with a hinged drop down door with dual latches installed, 1, EA; LI 047: A custom fabricated poly (plastic) electrical console and enclosure shall be located between the driver's and passenger's seats. It shall house the siren, switches, cup holder, and auxiliary equipment, 1, EA; LI 048: COMPLIANCE: Vehicle, bed, apparatus and all attachments must meet: Federal DOT, NFPA,SAE,COMPLIANCES: ANY modifications to and on vhecial shall not interfere with OEM warranty., 1, EA; LI 049: Emergency Siren,Lighting: Whelen: SA315P (1ea)CCRSRN3.CEN COM (1ea)., Legacy 54" (1ea).,M-7 (12 ea.). M6 (2ea) M6BTT/M6FC (4ea) Grote:61E41 (4ea) Rigid Dually (6ea), 1, EA; LI 050: 4yr Warranty on APPARATUS and workmanship done by Mfg. of Unit., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef36f48beb38ae5256f557fbaae5ccb8)
 
Place of Performance
Address: Fort Rucker, AL 36362
Zip Code: 36362
 
Record
SN04619915-W 20170811/170809231924-ef36f48beb38ae5256f557fbaae5ccb8 (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.