MODIFICATION
23 -- Utility Truck multiple variants based on single brand name and single model platform with common spare parts - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1
- Notice Date
- 8/23/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-16-R-0149
- Response Due
- 9/12/2016 5:00:00 PM
- Point of Contact
- Kyle J Plutschuck, Phone: 586-282-7589, Jennifer Meyer, Phone: 586-282-7104
- E-Mail Address
-
kyle.j.plutschuck.civ@mail.mil, jennifer.m.meyer40.civ@mail.mil
(kyle.j.plutschuck.civ@mail.mil, jennifer.m.meyer40.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Spare Parts (Exhibit B) Technical Information Questionnaire (Attachment 0002) Specification (Attachment 0001) RFP# W56HZV-16-R-0149 The US ARMY Contracting Command-Warren has a requirement for the following commercial single brand name and single platform/nameplate, Utility Truck and it's variants with optimal common spare parts, to support FMS (Foreign Military Sales)security force requirements. Items: 2016 model year or later, Utility Truck in the following variants: Personnel Carrier Truck, Medium Tactical Pickup, and Ambulance. All vehicle variants shall have automatic transmission, high-sulfur diesel engine, currently in both left-hand drive (LHD) & right-hand drive (RHD), and operator manuals written in English and French, per Specification (Attachment 0001) dated 17 AUG 2016 & Technical Information Questionnaire (Attachment 0002) dated 17 AUG 2016 with a two-year common Spare Parts matrix list per Exhibit B dated 08 JUL 2016. This requirement is solicited as a two-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract IAW FAR 16.504, Firm Fixed Price, FOB-origin, Full and Open Competition, under Solicitation W56HZV-16-R-0149. The estimated total quantities of each variant (LHD & RHD combined) for the two-year period is as follows: Minimum of 28 total vehicles (guaranteed ): Personnel Carrier - 6 vehicles, Medium Tactical Pickup - 16 vehicles, and Ambulance - 6 vehicles. Maximum of 190 total vehicles (no guarantee ): Personnel Carrier - 80 vehicles, Medium Tactical Pickups - 90 vehicles, and Ambulances - 20 vehicles. FAR Part 12.6 with supplemental information will be used. This solicitation will be issued on 22 AUG 2016 and responses will be due on 12 SEP 2016. Please refer to the solicitation for all terms, conditions, specifications, requirements, etc. Proposals will be evaluated for technical acceptability and award will be made to the lowest total evaluated priced offeror that is technically acceptable. The following website for actual posting of the solicitation is: https://www.fbo.gov/. All responsible sources may submit a proposal which shall be considered by the agency. POC: Kyle Plutschuck, ACC - Warren, Contract Specialist, CCTA-HDB-N, 586-282-7589. Please address all inquiries or expressed interest to: kyle.j.plutschuck.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6e66f012a0eba9c155965113e509a34c)
- Place of Performance
- Address: TBD, United States
- Record
- SN04237468-W 20160825/160823235828-6e66f012a0eba9c155965113e509a34c (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 |