SOLICITATION NOTICE
25 -- Utility Trucks
- Notice Date
- 10/2/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE70-17-R-0058
- Archive Date
- 10/3/2017
- Point of Contact
- Isaac L. Chapple,
- E-Mail Address
-
Isaac.chapple@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: HSFE30-17-R-0058 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. 2. The solicitation number is HSFE30-17-R-0047 and is issued as a Request for Proposal (RFP). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award a commercial, Firm Fixed Price (FFP) contract. Funds are not currently available for this requirement, but are expected to become available before contract award. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 423330. The small business size standards in number of employees is 200. This is an unrestricted, full and open acquisition. 4. FEMA intends to purchase the below contract line items: CLIN Description of Supplies/Services Quantity Unit Unit Price Total Price 0001 Altec AT37G Articulating Telescopic bucket truck 7 Each 0002 Altec AM55 Articulated over center bucket truck 2 Each 0003 Altec AN67 Articulated non-overcenter bucket truck 2 Each 0004 Altec LR7-60 Articulated over-center bucket truck 5 Each 0005 Altec TS40--PVT Puller Tensioner 5 Each 0006 Altec HD35A-17 Pressure Digger 3 Each 0007 Altec DC1317HP 13" chipper 5 Each 0008 Altec DM47B-TR small digger derrick with diamond tip auger 5 Each Contract Total: * Diversion rate is only applicable after first 50 miles from original destination 5. Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to acquire 15,344 rolls of plastic sheeting - see attached Statement of Work for details. Delivery NLT 04 Oct 2017 between the hours of 07:00 -22:00. 6. Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee. 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical (2) Unit Price The Government intends to award a commercial purchase order(s) resulting from this solicitation to the lowest priced, technically acceptable responsible offeror(s). The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. On Technical factor: proposals must meet the following: See Attachment 1 Statement of Work/ Attachment 3 Technical Evaluation Questions c. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. d. Clauses in Full Text: 8. Quotes must include company name, company DUNS number, and point of contact information. 9. Pricing template MUST be filled out (See highlighted cells) and returned. Quantity of drop trailers is needed as well as drop trailer rate and diversion rate for the delivery of the product. 10. The Defense Priorities and Allocation System (DPAS) applies to this acquisition. 11. All responsible sources should submit quotes to FEMA-NRCC-CAUL@fema.dhs.gov, Isaac.Chapple@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.gov by Tuesday, October 2, 2017, 1PM EST. 12. Further details regarding the requirement can be found in the attachments: a. Attachment 1 Statement of Work b. Attachment 2 Price Template c. Local Clauses and Billing Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-17-R-0058/listing.html)
- Place of Performance
- Address: St Thomas, U.S. Virgin Islands, United States
- Record
- SN04703294-W 20171004/171002231303-195bf8ffe230e4f81bf062fcdf1ff884 (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 |