SOLICITATION NOTICE
38 -- Service-Life Extension Program (SLEP) of Caterpillar Vehicles
- Notice Date
- 3/9/2020 2:16:46 PM
- Notice Type
- Presolicitation
- NAICS
- 33392
—
- Contracting Office
- W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-20-R-0030
- Response Due
- 3/9/2020 2:00:00 PM
- Archive Date
- 03/24/2020
- Point of Contact
- Elaine O. Nelson, Phone: 586-282-8218, Shane C. Strehler, Phone: 586-282-6681
- E-Mail Address
-
elaine.o.nelson.civ@mail.mil, shane.c.strehler.civ@mail.mil
(elaine.o.nelson.civ@mail.mil, shane.c.strehler.civ@mail.mil)
- Description
- The Army Contracting Command-Detroit Arsenal intends to award a new two-year Requirements contract under solicitation W56HZV-20-R-0030. The contractor will be required to perform SLEP work on approximately 243 Government furnished Vibratory (Vibe) Rollers I, II, and III; High Speed Compactors (HSC); Dual Steel Wheel Rollers (DSWR); and M105 Deployable Universal Combat Earthmover (DEUCE) vehicles during the two-year contract period. This action will be on a sole source basis with Caterpillar Inc. of Peoria, IL. Caterpillar will provide a Service Life Extension Program (SLEP) to return Caterpillar construction and material handling vehicles to a like new condition. This contract will be a combination of Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) completion Contract Line Item Numbers (CLINS). The SLEP effort consists of two parts: 1) a Core Effort (Core) which shall include only those tasks that are common to and performed on each vehicle, and 2) an Additional Work Effort (AWE) which are repair actions beyond the Core Effort which are unique to each individual vehicle based on its condition. Also included in the two ordering periods are estimated AWE-only repairs to maintain training assets that have previously gone through the SLEP process, along with annual warehousing costs for the Caterpillar kitting effort necessary to supply regional dealerships with the necessary kits to perform the SLEP effort. The proposed contract action is for the SLEP work and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Specifically, FAR 6.302-1(a)(2)(ii), which states, ""Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major component thereof, when it is likely that award to any other source would result in � (A) a substantial duplication of cost to the Government that is not expected to be recovered through competition."" and (iii) ""For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in -- (A) a substantial duplication of cost to the Government that is not expected to be recovered through competition."" This is a notice of intent, not a request for competitive proposals, or a solicitation of offers. However, all responsible sources may submit a capability statement, bid, proposal, or quotation, which shall be considered by the agency. A determination not to compete this proposed contract action, upon response to this notice, is solely within the discretion of the Government. The point of contact for this action is Elaine O. Nelson at elaine.o.nelson.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2c9beea081814b6e98fb627a6cbc33ad/view)
- Place of Performance
- Address: Peoria, IL 61629, USA
- Zip Code: 61629
- Country: USA
- Zip Code: 61629
- Record
- SN05583377-F 20200311/200309230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |