SOURCES SOUGHT
23 -- Contact Cars
- Notice Date
- 3/3/2016
- Notice Type
- Sources Sought
- NAICS
- 336111
— Automobile Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, P.O. Box 140, Fort Leonard Wood, Missouri, 65473-0140, United States
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7
- Archive Date
- 4/1/2016
- Point of Contact
- Judith A. Lommer, Phone: 573596013167692
- E-Mail Address
-
judith.a.lommer.mil@mail.mil
(judith.a.lommer.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for fully operational mid-size or larger four door sedans. 108 cars must have automatic transmission and 15 of the cars must have manual transmission. The North American Industry Classification System (NAICS) code for this acquisition is 336111. The Government is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. Item description: 108 automatic transmission 15 manual transmission •Air bag system disabled and air bags removed •Electrical system in good working order. Gauges such as Speedometer and Fuel gauge must function properly •All motor mounts, and transmission mounts must be in place without excessive lunging. •All suspension components such as sway bars, stabilizer bars, steering linkage, leaf and coil springs must reasonably function. •All exterior body panels must be present and attached •Bumpers must be present and attached. All glass must be present. Cracks cannot impede drivers view. •Rear-view and driver's side-view mirrors (properly attached) are required •Vehicle must have five matching rim with non-leaking tires. •The vehicle must be able to move and steer without the tires coming in contact with the vehicle body panels. •All tires will have at least 3/16 tread depth; measurement taken in center of tire. •One spare tire, of appropriate size rim (not a space-saver), with appropriate tread depth, inflated, and located in the trunk. •Seating for four adults. Seat cushions/pads will not have exposed coils/wires or any other potentially hazardous items and attached as intended from the MFG. (patching and seat covers authorized) •Driver's seat must be adjustable for driver height/size and lock in place when adjusted. •Seat belts are present and in proper working order for four (4) individuals (driver, right front passenger, left rear passenger, right rear passenger) •All doors must function properly, this includes opening and closing and must close as intended by the manufacturer •Hood and trunk lids must function properly and be securable •An ignition key is required to start and stop the engine (turn the ignition/power on and off) •The engine can idle while in park/neutral and all forward/reverse gears •Power steering works properly •Engine cooling system works properly and does not leak •The vehicle can travel forward at 40 mph and stop by skidding all four tires from 40 mph with ABS inactivated. (Antilock brake system is not required) •The vehicle can travel in reverse at 25 mph (estimated) unless REV limiter prevents achievable speed. •The vehicle will be absent of MAJOR fluid leaks. •The vehicle cannot have any leakage of fuel or brake fluid. •The vehicle will contain at least ¼ tank of fuel. •Vehicle is required to have a properly adjusted and functioning (not excessively loud) Exhaust system to include the exhaust pipe, muffler and tail pipe. •The interior portion of the vehicle (passenger compartment) will be clear of any trash, loose items, and/or offensive odors, graffiti, markings or bug/rodent infestations. •The exterior portion of the vehicle will be clear of any loose items, graffiti and/or inappropriate markings. •The trunk portion will be clear of any loose items with the exception of the inflated spare tire. (No jacks are required) •Vehicles will be generally clean and free of any excessive debris •Windshield defrosting units must operate as intended by the MFG. •Vehicle heater system is required to operate as intended by the MFG. •Vehicles MUST have legal and transferrable title at time of acceptance •Vehicle must have fully operational brake system as required by the State of Missouri. No metal to metal parts. •Vehicle is required to have a viable engine and transmission, no knocking engines or slipping of transmissions. •Vendor provided vehicles will remain with the Government for its life cycle. Vehicle life cycle is defined as: when it becomes disabled beyond serviceability, damaged beyond repair, incapable of safe operation and unsuitable for training. After the vehicle has reached its life cycle, the Contractor will be notified by email and will be required to remove the vehicle/vehicles within 21 days of email notification from TA 210. The vehicles will not be able to roll or move under their own power and will more than likely have damaged/missing tires, wheels, axles, spindles and/or driveline/suspension components. There will be significant damage (to varying degrees) to all exterior and interior body portions. Vehicles fluids will not be drained" The statutory authority for the sole source procurement is as implemented in Federal Acquisition Regulation 6.302-1 (b) (2), The existence of limited rights in data, patent rights, copyrights, or secret processes; the control of basic raw material; or similar circumstances, make the supplies and services available from only one source (however, the mere existence of such rights or circumstances does not in and of itself justify the use of these authorities) This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 336111 Automobile Manufacturing 1,500 employees In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/850ab9558c8e1bcd38f7b01833b8ba00)
- Place of Performance
- Address: Fort Leonard Wood, Fort Leonard Wood, Missouri, 65473, United States
- Zip Code: 65473
- Zip Code: 65473
- Record
- SN04039156-W 20160305/160304000119-850ab9558c8e1bcd38f7b01833b8ba00 (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 |