Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOURCES SOUGHT

25 -- Mounted Bucket and Installation

Notice Date
8/8/2018
 
Notice Type
Sources Sought
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX18Q01080
 
Archive Date
8/31/2018
 
Point of Contact
Chrystal A. Artigue, Phone: 7852394903, Chrystal A. Artigue, Phone: 7852394903
 
E-Mail Address
chrystal.a.artigue.civ@mail.mil, chrystal.a.artigue.civ@mail.mil
(chrystal.a.artigue.civ@mail.mil, chrystal.a.artigue.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Mounted Bucket and installation on an SOLE SOURCE basis, but 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. The proposed sole source FIRM FIXED-PRICE contract to CUSTOM TRUCK ONE SOURCE for PURCHASE OF MOUNTED BUCKET AND INSTALLATION. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1) Soliciting Competition. Installation will be at Vender's Location Location shall be within commuting distance to Fort Riley, KS Mounted Bucket Equipment Specs Terex LT40 Aerial Device or Equal Working Height- 45'6" Lower Controls- Individual Levers @ turntable Lower Boom- Filament Wound High Strength Fiberglass Insert Providing Insulation Gap Upper Boom- Filament Wound High Strength Fiberglass Boom Providing Insulation Gap Boom Rest w/Ratchet Style Tie Down Rotation Self-Locking Worm Gear Rotation Drive Provided and Equipped with Bi-Derectional Motor Continuous Unrestricted Rotation Rated for 46KV Category C Machine in Accordance w/ ANSI/SIA A92.2-2009 Full Pressure Open Center Hydraulic System Powder Coat Painted White Two Complete Service Manuals Warning Decals Pedestal w/20 Gallon Integral Tank 20" x 30" x 42" End Mounted Platform w/ [1] Access Step w/Non-Slip Surface Safety Harness and Lanyard Insulated Platform Liner Tested at 50KV AC Waterproof Platform Cover Auxiliary Power Boom Tip w/4-Function Controls and Platform Rotator Upper Controls- "Control Plus" Single Stick Controller Platform Rated @ 400 lbs Hydraulic Platform Rotator Hydraulic Platform Tilt @ Lower Control Hydraulic Tool Outlets @ Platform Engine Stop/Start Controlled at Platform and Lower Controls Chassis Specifications Customer supplied 2014 Ford F550 4x4 V10 Gas Engine Install to include: Remove service body and rear bumper Install Terex sub-frame Install torsion bar for stability Rear spring build up Sumo front spring helpers Under hood hydraulic pump Reinstall body Supply and install 24" tail shelf Install new Terex LT40 aerial device Preform Stability, Dielectric and operational tests when complete Note: No body repair or paint work on used body or chassis. Boom rest, Tail shelf, and rear under drive protection to be painted Glass Black. 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 336212 TRUCK TRAILER MANUFACTURING SIZE STANDARD: 1,000 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, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 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. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb413b32994a0d6503f0c5db5e882639)
 
Record
SN05027140-W 20180810/180808231337-cb413b32994a0d6503f0c5db5e882639 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.