Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

95 -- HMMWV assault vehicle modifications

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0028
 
Response Due
6/2/2005
 
Archive Date
6/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
H92239-05-T-0028? HMMWV Modifications for Assault Vehicle The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for HMMWV assault vehicle modifications that require welding applications in preparation for future combat deployments in support of the Global War on Terrorism. 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-05-T-0028. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-03. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 332312. Size Standard is 500 employees. This requirement is 100% set aside for small business. REQUIREMENT: The contractor shall provide all materials, facilities, labor, and supervision necessary to modify four military HMMWV vehicles in welding various steel attachments and platforms. Modifications shall include custom made tire racks, adjustable seat brackets, custom made rear step platform, grab handles for passengers, antenna mount, custom made front bumper, various gun mounts, stowable side platforms/steps, ammunition rack/storage units, and remounting of air compressor and A/C converter to floor board area. A site visit will be conducted on 24 May 2005 at 10:00 am to further explain the requirement and to provide prospective contractors with an opportunity to view a military HMWWV. It is the Government's intent to provide only one site visit as the requirement is time sensitive. The information provided in this synopsis solicitation is the only written information available. As a result of the site visit, the Government is requesting quotes providing the vendor's solution, price per vehicle, and time lines to completion. Interested vendors shall coordinate with the contract specialist no later than 3:30 pm 23 May 2005 PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: Award will be made to the responsive, responsible contractor whose quote conforms to this solicitation and is the "Best Value" to the Government. Quotes will be evaluated as to technical acceptability, price, delivery (project completion), and past performance. Technical acceptability will be determined by the government during technical review. Contractors shall submit clear drawings to be used in the government technical review. Offerors who do not submit clear drawings will be eliminated from competition. Offerors shall submit documentation of relative past performance. Relative past performance is considered to be successful completion of work of a similar complexity. A ?best value? award will be made with a responsible contractor submitting an offer found to be most advantageous to the government. The Government's required date of completion is 20 June 2005. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov ). 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.204-7 CCR, 52.222-26, 52.232-33, 52.222-36, 52.247-64, 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside, 52.247-34 FOB dest., 52.252-2 Clauses Incorporated by Reference; http://farsite.hill.af.mil, 252.204-7004 Alt 1, Central Contractor Registration, 252.232-7003. Additionally, DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (CPT Carl S. Oelschig), Fort Bragg, North Carolina, 28310, not later than 12:00 p.m. ET, 2 June 2005. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at oelschic@soc.mil, however, it is the contractor?s responsibility to ensure that e-mail submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 31 May 2005. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is CPT Carl S. Oelschig, Contract Specialist at (910) 432-7857, e-mail oelschic@soc.mil.
 
Place of Performance
Address: Ft. Bragg, NC
Zip Code: 28307
Country: USA
 
Record
SN00811468-W 20050521/050519212637 (fbodaily.com)
 
Source
FedBizOpps.gov 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.