SOLICITATION NOTICE
42 -- Combined Synopsis Solicitation for Truck and Trailer Emergency Service Package Installation
- Notice Date
- 6/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
- ZIP Code
- 03301-5652
- Solicitation Number
- W912TF12T0003
- Response Due
- 6/29/2012
- Archive Date
- 8/28/2012
- Point of Contact
- David D DeVoy III, 603-227-5136
- E-Mail Address
-
USPFO for New Hampshire
(david.d.devoy@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a upgrading an existing Government Services Agency vehicle, model F450 truck and a 30' x 8 ' Haulmark trailer in the form of an overall emergency service package prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W912TF-10-T-0003, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-32-Technical Amendment. This requirement is a total HUBZone small business set-aside. The NAICS code is 336211 - Motor Vehicle Body Manufacturing, Size Standard is 500 employees. Overview: The NH National Guard requires installation and upgrade of hardware, electrical wiring and cabinetry/seating in an existing Haulmark Trailer and Ford F450 Truck. We are requesting that any existing infrastructure and its associated hardware to be used in the maximum extent possible as long as they are compatible with the new upgrade; in order to minimize installation costs. Vendor will provide installation, parts/hardware and any other components that make the system operational. 1. Ford F450: Upgrade/Installation of Emergency Service Package. See Statement of Work item 1. 2. Trailer:Installation of electrical wiring, lighting, cabinetry and seating/foldout bunkbeds. See Statement of Work item 2. NH National Guard personnel will deliver the F450 Truck and the Haulmark trailer to the offeror selected. Vendors must be located within 100 miles of Concord, NH 03301 in order to bid on this contract. See attachment labeled "Performance Work Statement" for description of requirements. See attachment "F450 Drawing" for installation sites. See attachment "Emergency Service Package Quote Matrix" and please populate and return to POC below along with your company's traditional quote format. Complete installation must take place no later than July 31, 2012 Location: Vendor's work site within 100 miles of Concord NH 03301. Site visit will be conducted 11:00AM EST on June 25, 2012 at the NH National Guard Military Reservation, 1 Minuteman Way, Concord, NH 03301. If you will be attending, email jonathan.hilyard@us.army.mil with your name, organization, telephone number, and email address no later than 2:00PM EST on June 24, 2012. The provisions at 52.212-2, Evaluation-Commercial Items apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability of the product, and past performance. Quotes will be evaluated and awarded to the offeror that provides best value to the government. Technical and past performance, when combined, are approximately equal to cost or price. For evaluation purposes, please include three organizations for which you have procured and installed emergency service package elements in your quotation packet. Technical and cost/price will be evaluated by the information provided by your quotation packet. The provisions and clauses listed below are applicable to this solicitation. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev), FAR 52.219-3 Notice of total HUBZone set-aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252-232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program All offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333 or visit www.ccr.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due: 4:00 PM EST on Friday, June 29, 2012 via e-mail to jonathan.hilyard@us.army.mil. Point of Contact for this combined synopsis/solicitation is SFC Jon Hilyard at 603-225-1255.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF12T0003/listing.html)
- Place of Performance
- Address: USPFO for New Hampshire 1 Minutemen Way Concord NH
- Zip Code: 03301-5652
- Zip Code: 03301-5652
- Record
- SN02777140-W 20120617/120615234749-53cbbcf00fd91942527c2d65224308b3 (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 |