SOLICITATION NOTICE
25 -- 2 Door Hardtop Mid High (HMMWV) with 2 inch insulation, 2 standard doors included, CARC painted - 3 color camo, crated individually as a kit (doors and hardware with top), and shipping to Ft. Richardson, Alaska.
- Notice Date
- 7/26/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Alaska, P.O. Box B, Camp Denali, Fort Richardson, AK 99505-2610
- ZIP Code
- 99505-2610
- Solicitation Number
- W91ZRU-07-Q-0006
- Response Due
- 8/14/2007
- Archive Date
- 10/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes only the solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quote (RFQ) number W91ZRU-07-R-00XX. All proposals shall reference the RFQ number and shall be subm itted by 8:00 A.M. local time on 3 Aug 07. The anticipated award date is 10 Aug 07. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05 dated 27 Jul 2005. This solicitatio n is issued under Full and Open Competition. The North American Industry Classification System code (NAICS) is 336211 with a size standard of 1000. The Alaska Army National Guard is requesting proposals for HMMWV Arctic Hard Top Kits, Mid high w/2 insulation internal without compartments; 3 color camo CARC paint All; 2 Hard Doors included and painted to match with CARC, all hardware f/insulation incl uded. Each Kit Crated individually. The following minimum specifications must be met: The vendor must provide 23(ea) HMMWV Hardtops compatible with four-door HMMWV units. The top dimensions should be approximately 122.5 inches in length; approximately 85 inches in width; and approximately 50.5 inches in height. The minimum inside clearance over the cargo bed must be 60 inches. The units must be covered with CARC paint and must be 3 color camo. The units should include two hard doors, roof vents, and tr oop seat brackets and have a 500 lb capacity on a ribbed reinforced roof. The hard tops must be reinforced to allow a standard Singaar antenna mount to be mounted at the rear of the vehicle on the sides. The units must not have side storage compartments or windows. The units should have a bulkhead. Delivery will be made to the Alaska Army National Guard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, ATTN CSM Kerry Averett (907) 428-6170. The Government intends to award a contract to the offeror whose proposal provides the best value to the Government. The Government will evaluate each proposal by integrating the evaluation price with past/present performance and technical. Technical will be rated at a slightly higher rate than past per formance, and when combined are significantly more important than the price. The technical factors include: (1) Ability to meet the specifications- The vendor shall submit a written proposal addressing each of the minimum requirements outlined in the soli citation. The proposal shall be in sufficient detail as to allow a board to review and rate the proposal. If the vendor fails to submit a written proposal, it will be considered an indication that the vendor will provide all requirements as outlined in th e solicitation. (2) Delivery. The vendor shall identify the number of days it will take to provide the requested items. Failure to do so will indicate an acceptance of a delivery date within 90 days of the contract award. Past/present performance includ es (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Provide the Requested Product, (4) Prior Experience, (5) Adherence to Schedule, and (6) Quality of Contractors Team. The vendor should provide the Government with the most curre nt past performance references. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequate past performance information. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The vendor should submit individual pricing for each component. Qualifying offers must meet t he stated specifications and must be accompanied by the completed provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with the proposal package, or a completed registration on the ORCA website (http://orca.bpn.gov). The following provisi ons and clauses will be incorporated into the solicitation by reference: 52.204-7, Central Contractor Registration, 52.211-6, Name Brand or Equal, 52.212-1, Instructors to Offerors-Commercial Items, 52.212-2, Evaluation Commercial Items, 52.212-4, Contra ct Terms and Conditions-Commercial Items, 252.204-7004, Central Contractor Registration Alternate A, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252. 225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.227-7015, Technical Data-Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 ALT I, Restrictions on Subc ontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated F acilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-35, Equal Op portunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.232-34, Payment by Electronic Funds Tr ansfer-Other than Central Contractor Registration, 52.232-36, Payment by Third Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Comm odities, 252.243-7002, Request for Equitable Adjustment, 252.247-7023. The following additional clauses and provisions are added in full text: 52.252-1, Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference (The clauses and pro visions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil), 52.233-2, Service of Protest (SPC Mathew Holtschlag, USPFO, BLDG 49000, Rm. B216, Camp Denali, Fort Richardson, Alaska 99505-0800, Offeror Representations and Ce rtifications Commercial Items, 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate, 252.227-7015, Item Identification and valuation. Sign and date your offer, the original must be submitted to Alaska Army Nationa l Guard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, ATTN Mathew Holtschlag, Contract Specialist, at or before 8:00 a.m., 3 August 07. For information regarding this solicitation contact Mathew Holtschlag at 907-428-6190, mathew.holtsch lag@us.army.mil, or Andrea Miesler at 907-428-6186, andi.miesler@us.army.mil.
- Place of Performance
- Address: USPFO for Alaska P.O. Box B, Camp Denali Fort Richardson AK
- Zip Code: 99505-2610
- Country: US
- Zip Code: 99505-2610
- Record
- SN01353465-W 20070728/070726222112 (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 |