Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
SPECIAL NOTICE

99 -- Notice of intent to award sole source Oshkosh Truck Corporation

Notice Date
7/11/2008
 
Notice Type
Special Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L708T0009
 
Archive Date
10/9/2008
 
Point of Contact
Randal Halbrooks, 615-313-0781
 
Small Business Set-Aside
N/A
 
Description
Notice of intent to award a sole source purchase order to the Oshkosh Truck Corporation. The award will be made for the purchase of the services described below. This procurement is being conducted under Federal Acquisition Regulation (FAR) Part 6.302-1, for Other than Full and Open Competition and FAR Part 13, Simplified Acquisition Procedures. All inquiries and concerns must be addressed in writing to USPFO for Tennessee Contracting Division Attn: Randal Halbrooks, PO Box 41502 Nashville, or sent by email to randal.halbrooks@ng.army.mil. Telephone requests or inquiries will not be accepted. Responses to this notice shall be received no later than 4:00 PM Central Daylight Savings Time, Tuesday, July 11, 2008. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. The point of contact for this announcement is Randal Halbrooks, Contract Specialist, at randal.halbrooks@ng.army.mil. The following justification and approval is provided for other than full and open competition for this purchase. 1. This request for justification for other than full and open competition is for a contract to provide the vehicle services described below for the Tennessee Army National Guard. 2. These services are to be performed on equipment originally manufactured by the Oskosh Truck Corporation and require original manufacturers parts to meet the requirement. 3. The total estimated value of these services is on file at this contracting office and can be obtained through Freedom of Information Act procedures. 4. Statutory Authority: FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. 5. The Oskosh Truck Corporation has proprietary rights to manufacture the parts required for these services and have technicians who are technically qualified to perform the service, therefore making them the only source capable of fulfilling this requirement. 6. Efforts to solicit other contractors will be made via http://www.fedbizopps.gov in accordance with FAR 5.2. A Notice of Intent to Award Sole Source will be issued on Friday, July 11, 2008. 7. The anticipated cost of this acquisition is determined fair and reasonable by comparison of prices proposed by the offeror of items that are listed on their General Services Administration Schedule. 8. Efforts were made to identify other sources of competition by advertising this requirement on GSA eBuy. 9. There are no other facts to support the use of other than full and open competition. 10. No other firms expressed an interest in this acquisition. 11. No actions to remove barriers to competition will be taken, as the Oskosh Truck Corporation is the only known vendor who can provide this service. 12. This justification is accurate and complete to the best of my knowledge and belief. 1175th Heavy Equipment Transport (HET) and Trailer Service (Civilian counterpart Trail King TK 25FA-051) Scope of Work 1. The Government requires three (3) different types of service under this Statement of Work (SOW); the first type of service shall be an annual service for sixteen (16) M1000 Trailers, the second type of service shall be an Alternate Five Year Service (AFYS) for the same sixteen (16) M1000 Trailers and the third type of service shall be an annual service for forty (40) Heavy Equipment Transport (HET)s. The standard for these services is defined in the applicable Technical Manual (TM) for each type of equipment. The performance location for these services shall be the Tullahoma Training Site for the Tennessee National Guard located in Tullahoma, Tennessee. Upon contract award the Government shall coordinate a schedule with the vendor to complete all work no later than 15 December 2008. 2. References: M1070 HET Tractor Technical Manual (TM) 9-2320-360-24P M1000 Trailer TM 9-2330-381-14, Five Year Supplemental Service manual dated Feb 2001. 3. Service to be Provided: a. Service personnel shall perform work requirements In Accordance With (IAW) applicable military standards. b. Upon receipt of the vehicles, service technicians shall conduct a 10 / 20 level detailed technical inspection IAW applicable technical manuals for the described vehicles being serviced and provide the inspection results to a designated Government representative. c. The inspection results shall be annotated in detail with the following information: i. Vehicle administrative data to include current usage (miles/hours) ii. Vehicle shortcomings and non-mission capable deficiencies identified per TM item and reference number and correlating to the applicable technical manual used for inspection. iii. Component Shortages required for functionality of the vehicles. iv. Repair work required, commonly known as Additional Work Effort (AWE) with applicable man-hour requirements, to return the vehicle to a 10/20 standard. v. Repair parts requirements by National Stock Number (NSN) required to return the vehicle to a 10/20 standard. d. Annual Services (lubrication, filter, and oil changes), shall be conducted IAW the applicable technical publications. The Government shall provide all Petroleum, Oil and Lubricants (POL) required to perform these tasks. e. AFYS (M1000) shall include: i. Lubrication IAW lubrication order, technical manuals to include Alternate Five Year Service Booklet dated Feb 2001. ii. The completed lube service shall be annotated on the detailed inspection report. f. The M1000 AFYS Manual dated Feb 2001 details the procedures to be followed in determining what parts are replaced or disassembled due to the seals leaking around the bearings causing the seals to not hold or take grease properly or excessive play in the bearings. All procedures over and above what are defined as normal service are considered AWE and not included in the AFYS i.e. bogie bearing grease is dry and shall not take grease properly then becomes an AWE task to disassemble, clean, replace necessary parts and lube. 4. Additional Work Effort (AWE) to be Completed Requires Approval a. At the completion of the initial inspection, the contractor shall provide an itemized estimate to repair any deficiencies found during the detailed inspection process that are required to bring the equipment to TM 10/20 standard. The generated estimate to repair shall be based on the faults and deficiencies noted on the detailed inspection form and shall be itemized to coincide with the applicable technical manual reference number. Estimates shall include parts and labor per individual task. This estimate shall be approved prior to the initiation of any AWE. When additional AWE is determined during the service, an amendment shall be created and approved prior to proceeding. Any work performed without prior approval shall not be authorized by the Government. b. Any work or service above and beyond that listed under Section 3 (Services to be provided) of this statement of work is considered an additional work effort and is not considered part of the services covered under any contract resulting from this solicitation. c. During the M1000 AFYS portion of this project it shall be determined what takes grease or not and that shall determine if additional work effort shall be required to bring the trailer to 10/20 standard. 5. Parts Parts shall be provided by the contractor; only new Original Equipment Manufacturers (OEM) qualified parts per applicable TM shall be used. 6. Warranty The contractor shall provide a warranty of service for work performed by its personnel on contracted and serviced equipment and contractor provided parts they install. Service. The warranty period for service work performed by its personnel on the equipment is ninety (90) calendar days from date of acceptance. Parts. The contractor shall warrant for a period of twelve (12) months any part directly provided and installed on equipment by its Service Technicians. 7. Technical Personnel/Tools/Materials/Facilities a. Contractor shall provide technically qualified personnel to conduct all services. Contractor shall provide personnel with technical qualifications equivalent to soldiers possessing a 63W or a 63B Military Occupational Specialty (MOS) or greater. b. Contractor shall coordinate all necessary tooling required to complete these services. c. Contractor shall provide all necessary parts for the completion of the Services to include the Alternate Five Year Service and approved AWE as identified on the technical inspection when/if replacement is approved. d. An adequate facility shall be provided to the contractor by the Government to conduct necessary services. 8. Transportation: The government shall deliver and pick-up vehicles according to a coordinated plan that shall be established upon contract award. 9. Contract Vehicles: This SOW was written to support forty (40) M1070 HETs and sixteen (16) M1000 trailers. 10. Quality Control Plan: Contractor shall submit a quality control plan specifically tailored for this project for approval prior to start of work. 11. Production Report: Weekly production reports shall be provided by the contractor. This report shall provide for equipment status (Equipment accepted to date, Equipment accepted this week, Equipment completed to date, Equipment completed this week, critical material requirements, etc). This shall be submitted each week not later than 12:00 noon each Friday. The Government may add additional data required in this report as needed. 12. Labor Reporting: Work Order and labor tracking shall be performed per government contract auditing policy and procedures. 13. Proposals: Vendors shall submit a separate technical proposal and a pricing proposal in response to this Request For Quote a. Technical Proposals shall contain the following: i) A plan detailing how the vendor intends to perform each type of service listed in this statement of work No Later Than (NLT) 15 December 2008. ii) Qualifications of the vendors employees who will be performing the work described. To be considered technically acceptable the vendor shall provide documentation that each of the employees who will work on the project has either the military training required or provide civilian training documents equivalent to the required military training. iii) Recent and relevant past performance for this type of work. Recent is defined as past performance within the last three years. Relevancy is defined as the same type of work as that contemplated by this Request for Quote. b. Pricing Proposals shall contain the following: i. A price per annual service for each HET (M1070) and a total price for forty (40) services. ii. A price per annual service for each trailer (M1000) and a total price for sixteen (16) services. iii. A price per alternate five year service for each trailer (M1000) and a price for sixteen (16) services. iv. A total price for all services. 14. Evaluation Criteria: Award will be made to the lowest priced vendor who submits a technically acceptable proposal. To be considered technically acceptable the vendors proposal shall: a. Submit a plan demonstrating they are capable of performing these types of services. This plan shall describe how the vendor intends to accomplish each task and requirement of this statement of work. b. Demonstrate that the employees performing this work shall be technically qualified to perform the work. c. Provide recent and relevant experience performing this type of work successfully. d. Complete service NLT 15 December 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=021975376f7043da35b0b610df1cd898&tab=core&_cview=1)
 
Record
SN01612116-W 20080713/080711221005-021975376f7043da35b0b610df1cd898 (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.