Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOURCES SOUGHT

W -- Lease Over the Snow Vehicles

Notice Date
5/14/2018
 
Notice Type
Sources Sought
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368, United States
 
ZIP Code
28547-8368
 
Solicitation Number
M33611-18-SU-C2021
 
Point of Contact
Jennifer White, Phone: 760-725-8455
 
E-Mail Address
jennifer.l.white@usmc.mil
(jennifer.l.white@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION The US Marine Corps, Regional Contracting Office, Marine Corps Installations West (MCIWEST), Camp Pendleton, CA is requesting information as detailed below. The Regional Contracting Office MCIWEST is conducting market research to identify vendors capable of providing LEASED over the snow vehicles (with blade, cargo, and passenger) for the Southwest Region Fleet Transportation (SWRFT) for the Mountain Warfare Training Center (MWTC) Bridgeport, CA. The North American Industry Classification Standard (NAICS) code for this project is 336999, All Other Transportation Equipment Manufacturing and the small business size standard is 1,000 Employees. NAICS code compliance verification will occur if/when quotations are submitted. Quotations are not to be submitted at this time. This is a Request for Information, NOT A REQUEST FOR QUOTE. OTS Vehicle Specifications. Contractor is to provide six (6) 2-4 passenger with blade (Instructor), four (4) 12-14 passenger, and two (2) cargo OTS vehicles. The vehicles are not required to be new but all vehicles shall be safe, and in good serviceable and operational condition in accordance with manufacturer. Vehicles shall be U-drive and will be operated by personnel employed by the USMC. Below are the minimum specifications: All OTS Vehicle Types U-drive type 2 entrances and lockable Driver's side door entry steps 3 sets of keys Cab height of 60" Cab dome light Cab windshield equipped with windshield wipers on both driver's side and passenger side Cab be J1040 Rollover Protective Structure (ROPS) protected Cab fully insulated and with a core forced air heater to protect the occupants at temperatures down to -30 degrees Fahrenheit Each seat fitted with seat belts Cab glass tinted safety glass Cab rear view mirrors heated Meet minimum California Resources Board (CARB) emissions regulations 1 standard 12volt power outlet Ability to travel over the snow with snow depths ranging from 1' to over 12' Equipped with a winch system load rating must be equal to or greater than the overall gross vehicle weight Cold weather starting option/engine block heater Cold start system/block heater equipped to use stand 110/120 volt outlet Ability to climb hills in the snow of 40 degrees incline or less Ability to transition from a snow covered environment to a non-snow covered environment and back Tracks rubber able to drive on pavement and dirt roads without causing damage to the road 120hp engine Instrumentation must include water temperature, fuel, oil pressure, hour meter, and transmission oil Temperature gauges Equipped with standard halogen lights for night and limited visibility driving Equipped with one National Fire Protection Agency 2 ½ lb. fire extinguisher Equipped with a back-up alarm, electric horn, and parking break 4-5 Passenger OTS Vehicle with Blade (Instructor) Transport 4 people including operator Cargo requirement is 10,000lbs/ 6 sq. ft. per vehicle. Equipped with 6 way blade to push through snow drifts and snow covered roads. 30 gallon fuel tank Able to haul a stokes liter in the vehicle while keeping the liter protected from the environment. Able to fit a flatbed trailer that can be pulled by a 1-ton pickup 12 -14 Passenger OTS Vehicles Transport of (12) people, including the operator 40 gallon fuel tank Cargo OTS Vehicles 6 cylinder, turbo charged, air cooled. Torque - 590 foot pounds at 1,600 RPM (minimum) Fuel tank capacity - 100 galloons (minimum) 2 passenger - 2 front bucket seats Side catwalks and top grab bars for cab entry. Rear cargo deck minimum 8'6" long x 8' wide with rear cab guard 4' high steel stake sides. Knuckle boom hoist mounted between the cab and the cargo area. It must be able to life a minimum of 1,500 lbs. and extend out to at least 12' on each side of the vehicle. The hoist needs to be center mounted directly behind the cab so it has the same reach on both sides of the vehicle. Responses to Request for Information: Vendors are reminded that this is a REQUEST FOR INFORMATION and is NOT a request for quote. Responses to this notice shall not constitute responses to the solicitation. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This Request for Information is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. It is requested that interested businesses submit to the contracting office a brief capabilities statement, limited to no more than 5 pages in length. The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following: •1. Company Profile to include: number of employees, office locations; •2. Data Universal Numbering System (DUNS) number; •3. Commercial and Government Entity (CAGE) code; and •4. A statement regarding the socio-economic status of the company. Indicate whether your company has an active General Services Administration (GSA) contract that covers the requested equipment. If the answer is yes, include GSA contract number. Relevant Experience to include: experience in performing efforts of similar size and scope within the last three years. Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number. Only the first five pages of any submittal will be reviewed. Do not submit more than five pages. The information received will be utilized to assist in formulating the acquisition. All responses will be treated as proprietary. THE DEADLINE FOR RECEIPT OF SUBMISSIONS IS 22 May, 2018 AT 12:00 (PST). All submissions must be sent via electronic mail (e-mail) to Primary Point of Contact: Jennifer L. White, Contract Specialist, Regional Contracting Office, MCIWEST, Camp Pendleton, CA, Phone: 760-725-8455, Email: jennifer.l.white@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M33611-18-SU-C2021/listing.html)
 
Record
SN04921895-W 20180516/180514230926-63c16820111ccdeaeda9e25b2f15e2f8 (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.