Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2019 FBO #6545
SOURCES SOUGHT

J -- Suburban Diagnostic Repair/Refurbishment RFI/Sources Sought - Sources Sought/RFI

Notice Date
10/25/2019
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
RefurbRFI
 
Archive Date
12/7/2019
 
Point of Contact
Katherine L Vultaggio, Phone: 7033123676, Wanda Cruz,
 
E-Mail Address
vultaggiokl@state.gov, cruzwi@state.gov
(vultaggiokl@state.gov, cruzwi@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Instructions & SOO SOURCES SOUGHT and REQUEST FOR INFORMATION Chevrolet Suburban Vehicle Refurbishment Services A.Description The Department of State is seeking industry feedback and available vendors who can provide any of the following: •Assess Vehicles (Based on a Government-provided method) •Refurbish Vehicles THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the respondent's expense. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued; however, industry responses, or lack of responses may impact the future strategy of Government acquisition efforts. B.STATEMENT OF OBJECTIVES (SOO) Project: Refurbishment of Non-Armored Components of Aftermarket Armored Chevrolet Suburban HD3500 Vehicles 1.0Purpose: The Department of State, Bureau of Diplomatic Security, Defensive Equipment and Armored Vehicle Division, Office of Physical Security Programs, Countermeasures Directorate, DS/C/PSP/DEAV, (DEAV) requires the refurbishment of aftermarket armored Chevrolet Suburban HD 3500 vehicles. The HD 3500 Suburban is out of production and DEAV currently has over 1,000 HD 3500 aftermarket armored Suburbans deployed worldwide. In order to extend the life of these vehicles, DEAV seeks to return some of these vehicles to the US, conduct an assessment of the refurbishment necessary to extend the life of the vehicle for another five years and refurbish the vehicle if practical and cost-effective. DEAV is considering either a single or multiple awards to achieve the scope as described below. Requesting vendor input. 2.0Scope: •Assess Vehicles •Refurbish Vehicles DEAV intends to return to the Continental U.S. (CONUS) 150 aftermarket armored Chevrolet HD3500 Suburbans for assessment and possible refurbishment of the vehicle interiors, exteriors and mechanical systems. DEAV will have HD3500 Suburbans selected by DEAV for possible refurbishment available for inspection by the refurbishment Contractor at a DEAV facility in the Northern Virginia area in batches of 5-10 vehicles at a time. Any assessment, repair, refurbishment or replacement required of the steel armor and/or glass armor components will be conducted by DEAV or contracted separately and is not covered by this SOO. 3.0Period, Place of Performance and Deliverables: The period of performance is to be from date of award to December, 2020. Place of performance for refurbishment is within a 250 mile radius of 7953 Cluny Court, Springfield, Va. Place of performance for the pre-refurbishment vehicle assessment is at a DEAV storage facility in the Northern Virginia area. Requesting vendor input on most beneficial location (local radius vs. any CONUS location) 3.1Deliverables consist of: 3.1.1 Assessments: Using the DEAV-provided vehicle condition assessment methodology, the Contractor shall assess each vehicle and provide a numerical score for items A, B, and each system in C below and a composite vehicle condition score for the vehicle. Based on these vehicle condition scores, DEAV will determine which vehicles will be eligible for a vehicle refurbishment cost estimate. All vehicle assessments will be conducted at a DEAV storage facility in the Northern Virginia area. A. Vehicle exterior B. Vehicle interior C. Each of the vehicle systems listed below: oEngine oSteering oTransmission oTransfer Case oDifferentials oBraking oSuspension oFuel oElectrical oEngine cooling oExhaust oHeating and air conditioning 3.1.2 Vehicle Refurbishment Estimates: For those vehicles selected by DEAV, the Contractor, upon request, shall prepare an estimated price breakdown and time needed to complete the refurbishment for A, B and each individual system in C above and a total of the refurbishment price for each vehicle. The These estimates shall include individual line items for parts and labor for A, B, each vehicle system listed in C, and a breakdown of total parts and labor for refurbishment of the vehicle. The Estimate shall be based upon the Contractor's quoted price list. No repaired, reconditioned or salvaged parts shall be utilized or accepted for refurbishment. In addition to items identified as requiring refurbishment by the Contractor's assessment, all refurbishment estimates shall include and detail the following services for each vehicle: •Perform all OEM scheduled maintenance •Check VIN for recalls and perform required/recommended maintenance •Interior and exterior cleaning. •Drain and replace all fluids •Replace all disposable filters and clean all screens •Replace all belts and hoses •Replace all tires including the spare tire and replace all run flat insets including in the spare tire. •Replace all TPMS sensors •Replace all rubber tire valve stems with low profile metal valve stems •Replace all batteries with new batteries •Provide two new keys and fobs •Provide new undercoating •Provide new interior floor mats •Shipment to and from the DEAV storage facility in Northern Virginia. 3.1.3 Refurbishment: DEAV will determine, based on the Contractor's vehicle condition assessment and refurbishment cost estimate, which vehicles will be refurbished and the Contractor shall refurbish those vehicles in accordance with the Contractor's cost estimate. The Contractor shall notify the COR immediately of any delays or unexpected issues discovered during the refurbishment process which could possibly impact the schedule or price. 3.1.4 Shipment: The Contractor is responsible for all shipment of vehicles to and from the DEAV AV storage facility in Northern Virginia. Actual shipping costs will be reimbursable. (Requesting Vendor freight estimates if available as Not-to-Exceed) 4.0Performance Objectives: Assess 150 armored Chevrolet HD 3500 Suburbans for refurbishment. Out of the 150 armored Chevrolet HD 3500 Suburbans assessed, refurbish those determined by DEAV to be cost effective to refurbish, not to exceed 150 vehicles.. Requesting Vendor input on SLAs or Deliverables to convert SOO to PWS. 5.0Deliverables / Schedule: (Requesting Vendor input on a reasonable schedule for the batches of 5-10 vehicles) ItemDue toDue DateFormat/Method of Delivery Vehicle Condition Assessments, groups of 5-10, not to exceed 150COR/GTMWithin X days after notification to the contractor that the vehicle is available for assessmentMicrosoft Word, via email (attachments and pictures are allowed) Individual Vehicle Refurbishment Time and Cost Estimates, not to exceed 150COR/CO/ GTMWithin X days after order or notice to proceedMicrosoft Word, via email Refurbished GM HD 3500 armored Suburbans not to exceed 150DEAV in Springfield (receiving clerk, GTM or COR)Varies depending on assessment and estimate - coordinate dates with CORFreight Shipping, actuals Monthly Status ReportCOR/CO/GTMLast Monday of Each MonthMicrosoft Word, via email Includes: Number of vehicles pending Number of vehicles processed Total cost to date Average times to complete (assessment, refurb, and shipping) Incident / Issue ReportCOR/CO/GTMAs soon as identifiedPhone call and email (End of SOO) C.Requested Information - Responses Identification of Contractors interested in working with the Government to assess in support of the nation's embassies and armored vehicle program. Please provide the following: a)Vendor Name b)Confirmation of Active GSA Schedule (if applicable) c)Business Size and Socio-Economic Status d)Contact Information (Point of contact, phone, email) e)Identify all of the following: 1.Recommendations of how the Government can improve the SOO (or convert to a Performance Work Statement); 2.Recommendations of contract type, NAICS and GSA FSS/SIN(s) you feel will work well for this requirement (and why) 3.Whether your firm is capable of achieving all objectives independently, or whether your firm will need to subcontract or team in order to do so; a.Identify any potential subcontractors or partners that may be considered (if it is possible to release this information) b.Identify the roles of the different entities in the process 4.Whether your firm (or team) has existing facilities for all functions, or whether environments will need to be leased, purchased, or constructed; 5.Provide market research pricing information, such as typical fees, rough order of magnitude for each function, report generation and documentation fees, etc.; and 6.Questions your firm has for the Government regarding this emerging requirement. Responses are due by November 22, 2019. Files are requested in word-searchable Microsoft Windows-compatible format (i.e..doc,.pdf, etc.). Responses may include up to 20 single-sided, double-spaced pages (including images or schematics) and submitted via e-mail and/or eBuy. Emails may be sent to Katherine Vultaggio at: vultaggiokl@state.gov with a cc: to Wanda Cruz at CruzWI@state.gov. Include "Suburban Refurbishment RFI" in the email subject line. Notify the CO listed above as soon as possible if more time is needed to submit a complete response. Proprietary information, if any, MUST BE CLEARLY MARKED FOR ALL PAGES CONSIDERED PROPRIETARY. To aid the Government, please segregate proprietary information from non-proprietary information. Please be advised that all submissions become Government property and will not be returned. 6.0 Industry Discussions Government representatives may or may not choose to meet with respondents. Such meetings may be scheduled to gain further clarification of capabilities, gather market research information to support requirements development, and ascertain development and certification risks. This is, in no manner, an opportunity to submit a proposal. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) to identify sources and information. The information provided in the RFI is subject to change and is not binding. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/RefurbRFI/listing.html)
 
Place of Performance
Address: Vendor Location, United States
 
Record
SN05483144-W 20191027/191025230449-324922f56178e940c66bd7bb57d38ae5 (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.