Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
MODIFICATION

25 -- CARGO BED COVERS/ HARD TOPS:

Notice Date
9/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 118 MSG/MSC, TN ANG, 240 KNAPP BOULEVARD, NASHVILLE, Tennessee, 37217-2538, United States
 
ZIP Code
37217-2538
 
Solicitation Number
W912L7-18-Q-0302
 
Archive Date
9/19/2018
 
Point of Contact
Teresa Baxter, Phone: 6153132658
 
E-Mail Address
teresa.a.baxter.civ@mail.mil
(teresa.a.baxter.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Notice: CARGO BED COVERS/ HARD TOPS: W912L7-18-Q-0302 - Federal Business Opportunities: Notices This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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. The Tennessee Army National Guard (TNARNG) is soliciting for a proposal and intends to award a Firm-fixed price contract. The Government advertises solicitation number W912L7-18-Q-0302 as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 99. This requirement is set aside for Small Business only. The North American Industry Classification System (NAICS) code is 336212 with a small business size standard of 500 employees. Offers are due in this office no later than Monday, 14 September 2018 at 10:00 AM local central time. Questions are due on Friday, 12 September 2018 at 10:00 AM Central time. Please e-mail questions and quote to teresa.a.baxter.civ@mail.mil. Point of contact referencing this solicitation is Teresa Baxter. The award will be based on Lowest Price Technically Acceptable (LPTA) and delivery accepted by the Government. Please provide Duns and Bradstreet number, tax identification number, and CAGE code. All charges must be inclusive to include shipping. (a) To be considered for award, offers of an equal products, including equal products of the brand name by the manufacturer, must meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by: (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer; and CLEARLY DESCRIBE any and all modifications of the alternative product. Also CLEARLY DESCRIBE any changes the offeror plans to make in a products or shipping to make it conform to the solicitation requirements. Mark up any and all descriptive material to clearly show modifications. (b) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is NOT responsible for locating or obtaining any information not identified in the offer. (c) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror must provide the brand name product referenced in the solicitation. Evaluation Factors: 52.212-2 Evaluation - Commercial Item 1. Vendor must specify delivery date of product in quote and notify POC prior to shipment with award. Must deliver the item within 45 days after award. 2. Vendor must submit their quote on time in order to be consider in award process. 3. Award will be based on Lowest Price Technically Accepted by the Government. 4. In order to be technically acceptable the product offered must meet or exceed the salient characteristics described for the supply requested. 5. Provide Duns and Bradstreet number, tax identification number, and CAGE code 6. System for Award Management (SAM) must be current as of the due date of quote/proposal specifically at https://www.sam.gov. Provisions and Clauses: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-3 Taxpayer Identification 52.204-6 Unique Entity Identifier 52.204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-7 Information Regarding Responsibility Matters 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.209-12 Certification Regarding Tax Matters 52.211-1 Availability of Specifications Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST) 52.211-3 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions 52.211-4 Availability for Examination of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions 52.211-6 Brand Name or Equal 52.212-2 Emergency Preparedness, and Energy Program Use Evaluation - Commercial Item 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.219-1 Small Business Program Representations 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-2 Buy American Certificate 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate 52.225-6 Trade Agreements Certificate 52.225-18 Place of Manufacture 52.247-50 No Evaluation of Transportation Costs 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-5 Authorized Deviations in Provisions 252.211-7003 Item unique identification and valuation 252.232-7003 Electronic Submission of Payment 252.232.7006 Wide Area Workflow Payment Instructions (May 2013) Delivery and Shipping Information: F.O.B. Destination 0278 AR HHC 3330 SOUTHERLAND AVENUE KNOXVILLE TN 37919-4544 Point of Contact: CWSFC Keith Byrd (865)582-3240, lonnie.k.byrd.mil@mail.mil. Salient Characteristics: CARGO BED COVERS/ HARD TOPS: Helmet Hard Top - 2.5 Ton LMTV - Salient Characteristics • Doors are Pad Lockable • Environmental Protection • Impact to Payload - Full- options; 800 lbs. Base 750lbs. • 6 Two Way Ventilators • 6 "D" Rings (for Mounting) • Exterior: 175.50" Long x 72.25" Tall x 96.50" Wide • CARC Finish; Desert Sand • Interior Height: From Deck of Truck to Ceiling of CBC; between Ribs: 70" at Ribs: 68" • Doors Opening Width: 115" • Maximum Height Installed on Vehicle" 131" • Rear Door Porthole Window Package • Antenna Ground Plane & mounts • I/O (in/out) Panels • Custom Hard Points for Antenna Placement • Non slip Roof NSN: 2510-01-D18-2546/ SAND NSN: 2510-01-D18-2543/OD GREEN Helmet Hard Top - 5 Ton MTV - Salient Characteristics • Doors are Pad Lockable • Environmental Protection • Impact to Payload - Full- options; 800 lbs. Base 750lbs. • 6 Two Way Ventilators • 6 "D" Rings ( for Mounting) • Exterior: 175.50" Long x 72.25" Tall x 96.50" Wide • CARC Finish; Desert Sand • Interior Height: From Deck of Truck to Ceiling of CBC; between Ribs: 70" at Ribs: 68" • Doors Opening Width: 115" • Maximum Height Installed on Vehicle" 131" • Rear Door Porthole Window Package • Antenna Ground Plane & mounts • I/O ( in/out) Panels • Custom Hard Points for Antenna Placement • Non slip Roof NSN: 2510-01-D18-1462 Helmet Hard Top - M1101 Trailer Top - Salient Characteristics Top Dimensions • Length: 92 inches • Width: 87 inches • Height: 49 inches • Weight: 370 lbs. • Inside clearance over Cargo Bed: 66 inches Crated Dimensions • Length: 100 inches • Width: 95 inches • Height: 54 inches • Weight: 520 lbs. • Inside clearance over Cargo Bed: 66 inches • 500 lb capacity on ribbed & reinforced roof • Hardtop is reinforced for antenna mounts • Standard fiberglass shelter • RFI and EMI shielding available • Hard points available • Secure storage - Lockable compartments - Lockable back door • Desert Sand NSN: 2510-01-D18-1025 Helmet Hard Top - M1152 MidTop Cargo Bed Cover - Salient Characteristics • Doors are Pad Lockable • Environmental Protection • Impact to Payload - Barn Door/Vertical Door Variant: 376 lbs.* • Temperature Range: -40 F to 185 F • Independent Collar Seal • 4 "D" Rings ( for Mounting) • CARC Finish; Desert Sand • Antenna Ground Plane • Custom Hard Points for Antenna Placement • Storage Boxes • I/O ( in/out) Panels • Troop Seat Bracket Kits • Non slip Roof • Roof Rack • Antenna Mounts • Vents NSN: 2510-01-D18-1503 Helmet Hard Top - M1165 HHT Cargo Bed Cover - Salient Characteristics • Standard fiberglass shelter • Secure storage - Lockable compartments - Lockable back door • CARC Finish; Desert Sand • Roof rack system • Custom Hard Points for Antenna Placement • Storage Boxes • I/O ( in/out) Panels • Vents • Antenna Ground Plane • Antenna Mounts NSN: 2510-01-D18-1507 Individual Photos and or drawings are encouraged. Please quote by CLIN: CLIN 0001 M1152 MIDTOP CARGO BED COVER Quantity 5 each CLIN 0002 M1165 HHT CARGO BED COVER Quantity 1 each CLIN 0003 LMTV 2.5 TON HELMET HARD TOP OD GREEN Quantity 6 each CLIN 0004 LMTV 2.5 TON HELMET HARD TOP (SAND) Quantity 1 each CLIN 0005 MTV 5 TON HELMET HARD TOP Quantity 2 each CLIN 0006 M1101 TRAILER HELMET HARD TOP Quantity 10 each
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-3/W912L7-18-Q-0302/listing.html)
 
Place of Performance
Address: 0278 AR HHC, 3330 SOUTHERLAND AVENUE, knoxville, Tennessee, 37919-4544, United States
Zip Code: 37919-4544
 
Record
SN05082785-W 20180913/180911230840-bd3269ee31b90dd14c200f0bd6cc1c6a (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.