SOLICITATION NOTICE
23 -- WFTBN UTV
- Notice Date
- 9/1/2022 10:19:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- COMMANDING GENERAL PARRIS ISLAND SC 29905-9001 USA
- ZIP Code
- 29905-9001
- Solicitation Number
- M0026322Q0047
- Response Due
- 9/8/2022 12:00:00 PM
- Archive Date
- 09/23/2022
- Point of Contact
- Ronald Sanchez, Phone: 8432284065, Fax: 8432282163, Rodney Small, Phone: 8432282151
- E-Mail Address
-
ronald.sanchez@usmc.mil, rodney.c.small@usmc.mil
(ronald.sanchez@usmc.mil, rodney.c.small@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a Firm Fixed Price contract for Five (5) Utility Task Vehicles (UTV�s). This solicitation is issued as a 100% Small Business Set Aside acquisition. The North American Industrial Classification System (NAICS) code for this requirement is 336999 with a size standard of 1,000 employees. All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF1449 M0026322Q0047 attached to this synopsis. Any offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, past performance, and other factors considered. The following factors shall be used to evaluate offers: (i) Price; (ii) Other Factors: Contractor�s quoted supplies or services shall, at a minimum, meet the salient characteristics, specifications, deliverables, or performance requirements outlined in the solicitation. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors. The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from lowest price to the highest price. If there are more than two (2) quotes, the Government will conduct a comparative assessment of at least the two (2) lowest price quotes. The award will be made to the offeror�s whose quote is determined to have both a fair & reasonable price and to be the most advantageous to the Government. (iii) Past Performance: The apparent successful, prospective contractor must have satisfactory or neutral past performance. Past Performance shall be evaluated in accordance with FAR 13.106-2. The Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers� past performance in accordance with DFARS 213.106-2(b)(i). b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. All other additional contract requirement for this acquisition can be found in the attached SF 1449. SEE FOLLOWING SPECIFICATIONS Five (5) Utility Task Vehicles with the following specifications Engine & Drivetrain Cooling Liquid Cylinders Displacement Min 500cc Drive System Type On-Demand True AWD/2WD/VersaTrac Turf Mode Engine Type 4-Stroke gasoline Fuel System/Battery Electronic Fuel Injection Horsepower Min 40hp Transmission/Final Drive Automatic PVT H/L/N/R/P; Shaft Dimensions Bed Box Dimensions (L x W x H) Min 36.5 x 54 x 11.5 in Box Capacity Min 800 lb (363 kg) Estimated Dry Weight 1,392 lb (631 kg) Fuel Capacity Min 9 gal Ground Clearance Min 10.5 in (26.7 cm) GVW Max 3200 lbs Hitch Towing Rating Min 1,500 lb Hitch Type Standard 2 in (5.08 cm) Receiver Payload Capacity 1,500 lbs (680.4 kg) Person Capacity Min 4 Brakes Front/Rear Brakes 4-Wheel Hydraulic Disc with Dual-Bore Front and Rear Calipers Parking Brake Park in Transmission Additional Specifications Cargo System Lock & Ride� Color / Graphics Tactical color Instrumentation Single Analog Dial with 2"" LCD Rider Information Center, Speedometer, Tachometer, Odometer, Tripmeter, Clock, Hour Meter, Gear Indicator, Fuel Gauge, Coolant Temperature, Volt Meter, Service Indicator and Codes, Seatbelt Reminder Light, DC Outlet Lighting 50W Headlight, LED Tail Tilt Steering Standard Tires / Wheels Front Tires 25 x 10-12 Rear Tires 25 x 10-12 Tire Ply Rating 4�Ply Rated Wheels Stamped Steel Suspension Off Road Capable
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf4a265be1d84670b8628a61128cc6d8/view)
- Place of Performance
- Address: Parris Island, SC 29905, USA
- Zip Code: 29905
- Country: USA
- Zip Code: 29905
- Record
- SN06450486-F 20220903/220901230124 (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 |