SOLICITATION NOTICE
23 -- Light Tactical All-Terrain Vehicle (LTATV)
- Notice Date
- 3/23/2015
- Notice Type
- Presolicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-15-R-0033
- Archive Date
- 4/22/2015
- Point of Contact
- Michelle C. Cames,
- E-Mail Address
-
Michelle.Cames@socom.mil
(Michelle.Cames@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sole source synopsis for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only synopsis for this requirement; and is issued for notification purposes only. The United States Special Operations Command (USSOCOM) intends to negotiate and award a sole source contract to purchase two seat MRZR-2 and four seat MRZR-4 LTATVs from Polaris Industries, Inc., 2100 Minnesota 55, Medina, MN 55340. Estimated quantities are as follows: 1,750 each MRZR-4 LTATV and 300 each MRZR-2 LTATV. This contract will also include Initial Spare Packages (ISP), Original Equipment Manufacturer (OEM) New Equipment Training (NET) Courses, OEM Mechanics Certification Courses (MCC), OEM Master Driver Certification Courses (MDCC), and Technical Support. A five (5) Year Indefinite Delivery Indefinite Quantity (IDIQ) contract, utilizing both Firm Fixed Price and Cost Plus Fixed Fee Contract Line Items is anticipated. Place of delivery and delivery dates will be determined at the Delivery Order level. The estimated award date is scheduled for June 2015. Classification Data: NAICS Code: 336112 FSC Code: 2355 SBA Applicability & Size Standard: N/A (Sole source to large business Polaris Industries) This contract will supersede Blanket Purchase Agreement (BPA) GS-07F-AA516, awarded on 11 September 2013 under General Services Administration (GSA) Federal Supply Contract Number GS-07F-0398M. In accordance with FAR 6.302-1(a)(2)(ii), "Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) Substantial duplication of cost, estimated to be $2.6 million, to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency's requirements." Pursuant to this criteria, a sole source contract is deemed appropriate as award to other than Polaris would result in 100% duplication of Initial Operational Test & Evaluation (IOT&E) testing, travel, and fielding sustainment costs, which would not be recovered through competition. The MRZR vehicle is manufactured by the Original Equipment Manufacturer (OEM), with a capacity to deliver up to 1,000 units a month. As the OEM, Polaris Defense provides vehicle configuration management and parts commonality, which are both critical areas in managing lifecycle sustainment costs. These vehicles were tested and met or exceeded all safety and performance requirements (Key Performance Parameters (KPP), Key System Attributes (KSA) and Additional System Attributes (ASA)). The Polaris MRZRs have the following:  -Fielding and Deployment Release (F&DR)  -Safety Certifications  -Roll Over Protection System (ROPS) - Third party independent testing facility certified to ANSI/ROHV 1 Industry Standard (Survivability KPP)  -Internal Air Transportable (IAT) - Certified in the V-22, H-47 and H-53 as being IAT (Internal Transport KPP)  -Air Drop - Certified four seat for air drop (KSA Air Drop) This notice of intent is not a request for competitive proposals. All responsible sources may submit a capability statement or an exception to the Government's intent to purchase on a sole source basis within fifteen (15) days of this notice. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government is not responsible for any cost incurred for submissions in response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-15-R-0033/listing.html)
- Record
- SN03676098-W 20150325/150323235538-1a00a0f1f6fc1b324a2a4dcc692c50e3 (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 |