SOURCES SOUGHT
25 -- Automobile/Vehicle Replacement Parts - 29 vehicle make and models
- Notice Date
- 1/26/2010
- Notice Type
- Sources Sought
- NAICS
- 423120
— Motor Vehicle Supplies and New Parts Merchant Wholesalers
- Contracting Office
- Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, MSD DIVISION, BAGHDAD, APO AE, Non-U.S., 09316, Iraq
- ZIP Code
- 00000
- Solicitation Number
- W91GY0-10-S-VEHI
- Archive Date
- 2/20/2010
- Point of Contact
- Jennifer Boutin, Phone: 318 239 5093, Steven Huffines, Phone: 318 239 5094
- E-Mail Address
-
jennifer.boutin@iraq.centcom.mil, steven.huffines@iraq.centcom.mil
(jennifer.boutin@iraq.centcom.mil, steven.huffines@iraq.centcom.mil)
- Small Business Set-Aside
- N/A
- Description
- Conducting Market Research for potential sources that possess the necessary technical capability to provide replacement vehicle parts for a fleet of government vehicles that fall under the Iraqi Ministry of Interior. The Joint Contracting Command-Iraq, Contracting Support Division - International Zone is conducting market research for potential sources that possess the necessary technical and logistical capability to provide vehicle replacement parts for MoI customers. The purpose of this market research is to identify potential sources to provide the vehicle parts with the specifications listed. All parts provided are required to be Original Equipment Manufacture (OEM) or 'equivalent with certification' quality repair parts for vehicle make and models listed. Replacement parts would includ any and all parts related to the repair and maintenance and general functioning of a vehicle, to include the following: •a. Automatic transmission assembly •b. Brakes and front wheel hub assembly •c. Cooling system •d. Electrical and ignition systems •e. Engine •f. Front and rear axle shafts •g. Frame and support mounts •h. Exhaust system •i. Panels doors and class •j. Heating and air conditioning •k. Steering and suspension •l. Wipers and washing system •m. Automatic transmission assembly The North American Industries Classification System (NAICS) Code for this requirement is 423120 Motor Vehicle Supplies and New Parts Merchant Wholesalers; and the Standard Industrial Classification (SIC) code is 3714. Please note THIS IS NOT A REQUEST FOR PROPOSAL. All potential sources are asked to submit capabilities information including: •1) Clearly specify which of the following vehicle makes and models could be supported: •a. 2008 Nissan Maxima •b. 2008 Hyundai Sonata •c. 2004 Hyundai Trajet •d. 2008 Toyota Corolla •e. 2006 Chevrolet Silverado •f. 2003 Chevrolet Silverado •g. 2005 Chevrolet Tahoe •h. 2008 Roman Cargo Lorry •i. 2008 Nissan Yorvan •j. 2007 Ford Salon Victoria •k. 2008 Ford Ranger •l. 2008 Toyota Land Cruiser - armored •m. 2008 Nissan Patrol •n. 2006 Toyota Landcruiser •o. 2005 Chevrolet Blazer •p. 2005 Chevrolet LUV •q. 2008 Ford F-550 •r. 2008 Ford F-350 (Gas V-10) •s. 2008 Ford F-350 (Diesel) •t. 2004 GMC Yukon •u. 2004 Dodge RAM •v. 2006 Nissan Sunny •w. 2004 Mitsubishi Lancer •x. 2008 Nissan Xterra •y. 2004 Chevrolet Lumina •z. 2004 Dodge Durango •aa. 2008 Chevrolet Ford Ambulance •bb. 2003 Peugeot Sedan •cc. 2003 Peugeot 206 •2) Electronic catalogs or published pricing for any replacement parts may be provided, however are not required. Any other pertinent information that will express the companies ability to fulfill a possible future requirement for this equipment. The capability package must be clear, concise, complete and shall include, at a minimum: name and address of firm; size/ownership of business (i.e. Large, Small, Small Disadvantage, etc.); number of years in business; a point of contact name with title, phone, fax, and email; Cage Code and DUNS# (if available); identify if you are a GSA schedule holder; affiliate contract (if potential subcontractor) or subcontractors (if potential prime); experience and familiarity with providing the stated equipment above, in accordance with customs and export regulations. In addition to your statement of capabilities, please provide Contract references in the past five years relevant to the requirement to include: contract number, agency supported, whether or not you were a prime or subcontractor, delivery date or period of performance, original contract value, final or current contract value, technical monitor with phone/fax number, POC with current phone/fax number, and a brief description of the effort. NOTE: THIS IS NOT A SOLICITATION ANNOUCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THIS IS FOR MARKET RESEARCH PURPOSES ONLY. NO REIMBURSEMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMAITON IN RESPONSE TO THIS ANNOUNCEMENT AND/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUEST FOR SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE THE REQUIRED EQUIPMENT AS DESCRIBED IN THIS ANNOUNCEMENT. Formal Responses should be emailed to jennifer.boutin@iraq.centcom.mil. The subject header for emails shall be W91GY0-10-S-VEHI. Technical questions regarding this RFI should be directed to 1Lt Jennifer Boutin, jennifer.boutin@iraq.centcom.mil. Responses shall be submitted NO LATER THAN 12:00pm Eastern Standard Time on 5 February 2010. Please limit responses to no more than 10 pages. Marketing material alone is not a sufficient response to this RFI. A point of contact that can speak for the responding company should be identified to support further Government inquires, as well as, explanations that might be needed with regard to the information provided. Additional Info: Contracting Office: JCC-I/CSD Delivery Location: Abu Gharaib Warehouse, Iraq Point of Contact(s): 1Lt Jennifer Boutin, DSN 318-239-5093, jennifer.boutin@iraq.centcom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/41dc2af8e1c545870aac4fc80b967de3)
- Place of Performance
- Address: Abu Ghraib Warehouse, Iraq, Iraq
- Record
- SN02050497-W 20100128/100126235310-41dc2af8e1c545870aac4fc80b967de3 (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 |