Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

23 -- Two Electric Utility Vehicles - SOW

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-P-400030
 
Archive Date
9/13/2011
 
Point of Contact
Garth Gobbell, Phone: 2523356607
 
E-Mail Address
Garth.C.Gobbell@uscg.mil
(Garth.C.Gobbell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW GENERAL INFORMATION: This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Coast Guard Aviation Logistics Center (ALC) contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) HSCG38-11-P-400030. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the U.S. Coast Guard Aviation Logistics Center (ALC). The North American Industry Classification System (NAICS) code is 336999 or 441229 and the small business size standard is 750 employees and $7.0 million dollars respectively. REQUIREMENT U.S. Coast Guard Aviation Logistics Center (ALC) requires two Electric Utility vehicles. A Name Brand or Equal 2011 GEM E4 or equivalent type electric vehicles. An equal product must meet the following minimum requirements: 1. Vehicle Configuration: 4 wheels 4 passenger cab utility truck 4 hard doors Travel distance 40 miles unloaded Speed 25 mph Load is 1500 Heavy Duty steel bumper Rear fender Lockable doors Sliding windows Short bed 39"x48" Open truck bed with stack 2. Motor: Industry Standard Minimum 22 HP 3. Battery: Maintenance -free Gel batteries 4. Controller: 72 volts, minimum 400 amp Built in battery charger 72 volts, 25 amp, 115/230 VAC, 60HZ 5. Brakes: Disc/drum Hand operated parking brake 6. Tires: Pneumatic (industry standard) 7. Electrical: Dual head lights, tail lights, brake lights, reverse lights, directional signal Horn Flashing amber beacon/strobe light on top of cab Heater/defogger 8. Instruments: Windshield wiper Battery status indicator Speedometer Odometer Emergency shut-off button Hour meter Center, right and left side mirrors 9. Inside Cab Finishes: Cab color to be black Passenger seats with seat belts 10. Cab Truck Color: Truck is to be white 11. Price must include delivery to U.S. Coast Guard Aviation Logistics Center (ALC) 27909 CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Award decision will be made according to lowest price technically acceptable. Evaluation factors include [a] price; [b] past performance supported by documentation and references [c] Service Facility [d] Delivery Date. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The U.S. Coast Guard Aviation Logistics Center (ALC) will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. Delivery Date: Delivery is requested no later than 90 days after Receipt of Order. Standard of Acceptability: Offerors able to deliver within the delivery requested time frame will receive a higher rating. Offerors are advised that the technical evaluation and rating of proposals will be reviewed and rated without knowledge of price. Proposals will be evaluated based on the factors described herein, and the basis of award is proposal compliance 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.246-17 Responsibilities of Supplies52.252-2 Clauses Incorporated by Reference52.211-6 Brand Name or Equal 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). PROPOSAL INFORMATION AND RELATED EVALUATION FACTORS:Proposals will be evaluated in accordance with the factors below, listed in descending order of importance. All evaluation factors, other than cost or price, when combined are significantly more important than price. Offerors are reminded to include their best technical and price terms in their initial offer and not to automatically assume that they will have an opportunity to participate in discussion or be asked to submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. Past Performance Service Facility Delivery Date Price Details of the evaluation factors are listed under the clauses and provisions section of this requirement. PROPOSAL SUBMISSIONQUOTES ARE DUE for this combined synopsis/solicitation on August 29, 2011 at 1:30 PM Eastern Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and emailed to garth.c.gobbell@uscg.mil. All questions regarding this solicitation must be submitted in writing via email to garth.c.gobbell@uscg.mil. END OF COMBINED SYNOPSIS/SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-P-400030/listing.html)
 
Record
SN02538042-W 20110819/110817235503-d7d408c94987776a97b449b21b11d74a (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.