SPECIAL NOTICE
V -- Truck/Forklift Driver Operator Services for the Japan Annual Service Practice
- Notice Date
- 3/30/2017
- Notice Type
- Special Notice
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-17-T-0010
- Archive Date
- 4/28/2017
- Point of Contact
- Flor Sanchez, Phone: 9155686003, Elmer Beeler, Phone: 9155688720
- E-Mail Address
-
flor.f.sanchez.civ@mail.mil, elmer.beeler.civ@mail.mil
(flor.f.sanchez.civ@mail.mil, elmer.beeler.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- **SPECIAL NOTICE** The Mission and Installation Contracting Command - Fort Bliss (MICC - Fort Bliss) intends to award a Sole Source Purchase Order for Forklift/Truck Driver Services to Ray Lujan, Veracruz Avenue, El Paso, TX 79915-2140. Authority cited: Federal Acquisition Regulation (FAR) 6.302-1 Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirement. The proposed acquisition will result in a Firm Fixed Price Purchase Order and services will be performed at Fort Bliss, Texas. The North American Industry Classification System (NAICS) code for this requirement is 488490, Other Support Activities for Road Transportation and the SBA standard size is $7.5 million. However, respondents may identify other potential NAICS codes and the reasoning to support the recommendation. Information received will be considered for the purpose of determining whether the Government will conduct a competitive procurement for future requirements. A determination not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. All qualified sources may submit a response, which if timely received, will be considered by the MICC - Fort Bliss. The Government does not intend to pay for information provided by an agency. Facsimile submissions and oral communications are not acceptable in response to this notice; all responses must be submitted electronically via email. Requirement description: Ray Lujan will perform before, during and after preventive maintenance Services and Maintenance on the following equipment and conditions: FOLKLIFT OPERATOR: A. Safely operates a 10, 000 - 15, 000 pound or more forklift. B. Arrives and departs from loading and unloading points at scheduled times. C. Safely loads and unloads Japanese missiles and containers from trucks, sea-vans, or crates and also reload vehicles. D. Moves, loads, and unloads other equipment and supplies as required. E. Have previous experience working with Japanese missiles and understand schedules, locations and operational tempo as to not interrupt training and can support missions based upon experience. TRUCK DRIVER: A. Operates 2 ½ ton and 7 ton trucks. B. Arrives and departs from pickup and discharge points at scheduled times. C. Controls loading and unloading of cargo. D. Safely transports missiles downrange and up range as required. E. Transports cargo safely throughout the area in accordance with assignment. F. Tows trailers to support logistical support. G. Have previous experience working with Japanese missiles and understand schedules, locations and operational tempo as to not interrupt training and can support missions based upon experience. TRUCK DRIVER/FOLKLIFT OPERATOR Maintenance checks: A. Maintain vehicles in a safe and serviceable condition. B. Performs required preventive maintenance checks before, during and after operation of vehicle to include the following: 1. Checks all fluid levels suck as oil, fuel, water/antifreeze, brake, transmission, and power steering. 2. Cleans vehicle exterior, undercarriage, and passenger compartment. 3. Changes flat tires. 4. Bleeds air tanks. 5. Tightens loose bolts, nuts, screws, etc. C. Maintains vehicle logbook and make appropriate logbook entries to include: 1. Time vehicle was issued and turned in. 2. Records mileage and/or hours. 3. Records oil and fuel consumption. 4. List any vehicle deficiency onto equipment inspection and maintenance worksheet. D. Report accidents and prepares reports accident reports in accordance with established procedures as required. E. Coordinates with UT&C Division Personnel and Japanese forces to provide uninterrupted services understanding all aspects of training requirements and locations of critical missile movement sites. The Contractor shall be responsible for nightly backups, troubleshooting, state-of-the-art hosting facilities, periodical updates, and optional online training. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, New Mexico and Texas State Law(s), Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. **NOTICE TO OFFERORS** The vendor will be required to be registered in the System for Award Management (SAM) database and Wide Area Work Flow (WAWF). Interested parties responding to this Notice of Intent shall submit the following information at a minimum: (1) Company's full name, address, telephone, point of contact with email address, and Federal Tax Identification number. (2) Organizational point of contact to include name, telephone number and e-mail address (3) DUNS Number and Cage Code, for proof of System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/#1 (4) Company size: small or large, HUBZone, 8(a), SDB, Woman-owned, Service disabled veteran-owned. (5) Proposal for the requirement components Facsimile submissions and oral communications are not acceptable in response to this notice. Written responses shall provide evidence that the offeror can provide all of the requirements with no duplication of cost to the Government. Written responses must be received no later than 13 April 2017, 01:00PM Mountain Standard Time (MST). Written response shall be submitted electronically to the Contract Specialist, Elmer Beeler, at elmer.beeler.civ@mail.mil and the Contracting Officer, Flor Sanchez, at flor.f.sanchez.civ@mail.mil. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The point of contact for this action is Elmer Beeler; please ensure that you email an electronic copy of the proposal to him, along with any questions or concerns. Mr. Beeler can be reached via email at elmer.beeler.civ@mail.mil or at 915-568-8720.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2dcef15f84d1a9795582c90a41842b7)
- Place of Performance
- Address: Fort Bliss, Texas and McGregor Range, New Mexico, Fort Bliss, Texas, 79916, United States
- Zip Code: 79916
- Zip Code: 79916
- Record
- SN04453243-W 20170401/170330234757-c2dcef15f84d1a9795582c90a41842b7 (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 |