Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2009 FBO #2946
SOLICITATION NOTICE

23 -- Tactical Heavy Truck Tractor, (HTT) 6x4 Rear Wheel Drive, ARMORED with a fully integrated armor system (installed during vehicle production).

Notice Date
12/16/2009
 
Notice Type
Presolicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850, Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258310R0306
 
Point of Contact
Jessica M. Montes 805-982-2831 Carol Contreras (805)982-5195
 
E-Mail Address
jessica.montes@navy.mil
(jessica.montes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Specialty Center Acquisition NAVFAC (SCAN), Port Hueneme, California, has the requirement for the procurement of a Tactical Heavy Truck Tractor, (HTT) 6x4 Rear Wheel Drive, ARMORED with a fully integrated armor system (installed during vehicle production). The contractor shall provide all labor, (including design, engineering, fabrication, testing), materials, logistical support, (including manuals, spare parts, special tooling, training), facilities, testing, related services, logistical support, and delivery of the heavy truck tractor, meeting the requirements specified in accordance with Military Standards and Specifications. The HTT shall provide the United States Naval Construction Forces (NCF) with the capabilities necessary to transport semitrailers and perform line haul operations with loads (up to 130,000 pounds - trailer and trailer load combined); worldwide, in both civilian and military (tactical) environments. The HTT shall provide protection to occupants from hostile threats while in operation, shall accommodate military communication equipment, and shall sustain a comfortable environment for the operator and passenger(s). The HTT shall be integrated with an armor solution that complies with the Joint Chiefs of Staffs definition of level I armor protection for non-combat vehicles; provides complete 360 degree protection for all vehicle occupants; constructed with no gaps in the armor. The HTT with armor solution shall be corrosion resistant and protected by a Chemical Agent Resistant Coating (CARC). The HTT shall be designed to accommodate a variety of complex military communication devices. The HTT shall have the ability to operate worldwide in all climatic conditions, and shall use JP5, JP8, DF1, and DF2 fuels. The HTT will be transportable by highway, rail, marine, and air (C5/C17). As such, it shall meet the requirements listed in MIL-STD-209K; Standards for Lifting and Tiedowns. In addition, the Contractor shall adhere to required performance standards of all tasks specified in the associated Statement of Work (SOW). The first Article Test unit (1) shall be completed no later than 180 days after contract award. After the approval of the first Article Test the contractor shall produce and deliver 14 units ninety (90) days after Government first article test approval; and the remaining 13 units 180 days after first Article Test approval. The North American Industry Classification System (NAICS) code is 336120, Heavy Duty Truck Manufacturing. The Small Business Size Standard is 1000. This procurement is being processed in accordance with FAR 15, contracting by Negotiations using a Request for Proposal. It will be Firm-Fixed Price. The contract period will be for a base year, plus two option years. Only the base period of the contract will offer a minimum guarantee. This is a new procurement and does not replace an existing contract. The proposed contract is 100% unrestricted. Contractors are required to submit a subcontracting plan prior to award of the contract. The solicitation utilizes Source Selection/Best Value procedures which requires offerors to submit a Technical Proposal, Past Performance and Experience Information, and a Price Proposal for evaluation by the Government. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value technically acceptable offer to the Government using tradeoff analysis. The solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on NECO (Navy Electronic Commerce Online) at http: www.neco.navy.mil which links to FedBizOps (http://www.fbo.gov/). The Solicitation will be available for review on the website on or about 21 JAN 2010; the closing date will be thirty days after posting. It shall be the contractor's responsibility to check the websites for any amendments. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor Register (CCR). No contract award will be made to any contractor that is not already registered or in the process of registering. The DoD CCR can be reached at (866)705-5711 or http://www.ccr.gov/. Also must be registered in Online Representations and Certifications Application (ORCA) http://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310R0306/listing.html)
 
Record
SN02025719-W 20091218/091217000331-368b1a95c2f8e57a34358112556f1976 (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.