SOLICITATION NOTICE
25 -- Wild Land Fire Fighting Apparatus Refurbish / Rebuild
- Notice Date
- 8/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- Contracting Office
- MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX-13-T-0186
- Response Due
- 9/9/2013
- Archive Date
- 10/27/2013
- Point of Contact
- Jeffery W. Johnson, 785-240-3954
- E-Mail Address
-
MICC - Fort Riley
(jeffery.w.johnson.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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. RFQ #W911RX-13-T-0186 General Information Document Type: Combine Solicitation Synopsis Solicitation Number: W911RX-13-T-0186 Posted Date: 28 Aug 2013 Original Response Date: 09 Sep 2013 09:00AM CST Classification Code: Set Aside: Total Small Business Description This is a combined synopsis/solicitation for commercial items 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. We have a requirement for conversion (refurbishment and upgrade) of a mil-spec M939 5-ton truck to a Type III Heavy, Wild Land Fire Fighting Apparatus. The Government anticipates the award of one (1) firm-fixed price purchase order will be awarded as a result of this solicitation. THIS REQUEST FOR QUOTE WILL REMAIN OPEN FOR A MAXIMUM OF 10 CALENDAR DAYS AT THE GOVERNMENT POINT OF ENTRY. Set-Aside Requirement This solicitation is a Small Business set-aside and only qualified vendors shall provide quotes accordingly. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. NAICS CODE Vendor must be registered with NAICS Code 336211, Motor Vehicle Body Manufacturing, to be considered for award. Point of Contract Jeffery W. Johnson, Contracting Office, Fort Riley, KS 1792 12th Street, Fort Riley, Kansas 66442 E-mail: jeffery.w.johnson.civ@mail.mil Phone: 785-240-3954 Fax: 785-239-5178 Item Description This is a notification to industry to announce the release of solicitation W911RX-13-T-0186; Conversion (refurbishment and upgrade) of a mil-spec M939 5-ton truck to a Type III Heavy, Wild Land Fire Fighting Apparatus. See the Statement of Work (attached) for complete details. With this solicitation release, a request for quote (RFQ) from all interested and qualified offerors is requested. No reimbursement will be made for any costs associated with providing information in response to this RFQ announcement or any follow-up information requests related to this RFQ. This notice does not constitute nor should it be construed as a commitment by the Government for any purpose other than noted above. Specifications The completed apparatus shall be a Type III Heavy Wild land Apparatus capable of true pump and roll capability. The overall design is intended to relieve any operator from having to dismount the cab of the apparatus upon arrival to scene and start of attack operations. The apparatus shall have all necessary controls and features in place to allow the operator/driver the ability to control all apparatus systems (pump, foam, and monitor) from the driver seat. Vendors shall ensure all equipment, devices, and workmanship is in accordance with all NFPA standards as well as the Statement of Work document provided by the Government. The complete apparatus, assemblies, subassemblies, component parts, and so on, shall be designed and constructed with due consideration to the nature and distribution of the load to be sustained and in accordance with NFPA 1906 and 1912. Line Items Quote MUST be good for 30 calendar days after close of Buy. See and complete attached Line Item Specification. Additional Requirements and Information All qualified vendors who desire to submit quotes in response to this solicitation may do so by e-mail (jeffery.w.johnson.civ@mail.mil) or fax (785-239-5178). All quotes, including those delivered by standard mail, must arrive no later than the published closing date and time. Any quote received after the published closing date and time will be rejected as untimely. All quotes shall contain: Offeror's will submit a priced quote for all items identified within the quote mark Line Item quote mark attachment of this document and described in the Statement of Work. Offeror's will submit, if applicable, a separately priced quote for all items identified as quote mark Optional quote mark within the Statement of Work. Offeror's will submit a Technical Capability statement that accurately reflects the vendor's technical capability, NFPA, EVT certification and experience with military specifications and procedures for build, testing, and reconstruction of an M939 5-ton truck to the specification identified in the Statement of Work. Offeror's will submit recent past performance references relative to this type requirement. It is the Bidder's responsibility to read and understand the entire solicitation package prior to quote submission. Any quote that is incomplete (as stated above) will not be considered. Interested vendors may submit their questions via email to the contract specialist, Jeffery W. Johnson, at jeffery.w.johnson.civ@mail.mil. Vendor Attachment(s) In addition to providing pricing, Vendor must include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this RFQ. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Vendor's failure to comply with these terms shall result in its quote being determined incomplete. Technical Evaluations Technical Evaluation will be performed on all alternate brand names. Alternate Brand Name will be evaluated against all listed required specifications provided by the government. Item shall meet all of the salient physical, functional, or performance characteristics specified by this solicitation and NFPA 1906/1912 standards to be consider technically acceptable. Brand Name or Equal Vendor may submit quotes for alternate brand name items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Vendor MUST enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The government will evaluate 'equal' items on the basis of information furnished by the Vendor or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the quote. Special Delivery/Installation Instructions Delivery must be made within the specified number of days after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. 120 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which the Government requires the Awardee to deliver) Round trip shipping point: Building 5000, Fort Riley, KS. 66442 (Attention Robert Fisher or Mark Neeley) Evaluation for Award The Government anticipates award of a firm, fixed, price single award purchase order 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, delivery, and past performance of the item offered to meet the Government requirement. Provision and Clauses The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 52.204-99, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.217-5, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.222-41, 52.222-42, 52.252-1, 52.252-2, 52.237-1, 52.237-2. From the Department of Defense FAR Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: 252.211-7003 Alternate 1, 252.212-7001, 252.203-3, 252.225-70001, 252.247-7023, 252.232-7003 (252.243-7002), 252.246-7000. Full text of these clauses may be found at http://farsite.hill.af.mil Payment invoice will be submitted through Wide Area Work Flow (WAWF)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5cc8d5bbb6745beb3658ed9306d4c357)
- Place of Performance
- Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN03166093-W 20130830/130829000206-5cc8d5bbb6745beb3658ed9306d4c357 (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 |