SOLICITATION NOTICE
69 -- Automotive Vocational Training Aides
- Notice Date
- 7/12/2023 12:21:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- FCC POLLOCK POLLOCK LA 71467 USA
- ZIP Code
- 71467
- Solicitation Number
- 15B51923Q00000016
- Response Due
- 8/1/2023 10:00:00 AM
- Archive Date
- 08/16/2023
- Point of Contact
- Kerry L. Roberts, Phone: 3185615308
- E-Mail Address
-
k4roberts@bop.gov
(k4roberts@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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. The Federal Bureau of Prisons, Federal Correctional Complex, located in Pollock, Louisiana intends to make single or multiple awards of firm-fixed price type contracts to responsible entities for the provision under this request for quote (RFQ) 15B51923Q00000016 for Vocational Training Aides - Automotive.� This solicitation is set-aside exclusively for total small business entities under the North American Industrial Classification System (NAICS), 339999, with a size standard of Total Small Business Set-Aside, the size standard is 550 employees, and the product must be made in the United States.� Quotes will be considered from only those meeting these standards.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. ����������� DESCRIPTION / SCHEDULE: Vocational training aides for the automotive field.� Training aids shall not be hardware or software driven.� �Components will be delivered to FCC Pollock, FOB destination, within 90 days of award or other agreed upon term.� CONTRACT PRICING: Contract pricing must include all cost associated with product and any delivery cost (FOB Destination) to FCC Pollock.� Engines - Includes the following (at a minimum): Throttle pedal to control engine rpm, instrument cluster to monitor engine vitals, forklift tubes to lift and move engines, sturdy steel frame on casters with brakes for easy movement, custom aluminum fuel cell, battery and fuse panel, keyed ignition switch.� �QTY: ___1____��� Price:__________ Transmission, Air Cooled - Includes the following (at a minimum):� Steel stand powder coated with casters, diamond plate top, air-controlled clutch packs, quality labeling, transmission cut and painted to see internals. QTY: ___1____��� Price:__________ Rear Wheel Drive Clutch Trainer - Includes the following (at a minimum):� Factory clutch alignment tool, ability to install the flex plate, the disc to the flywheel and bleed the system. QTY: ___1____��� Price:__________ Cams - Includes the following (at a minimum):� Complete front suspension system, frame shortened to maximize storage space, available in multiple suspension configurations, ideal for steering, suspension, and alignment labs, custom option available, jack to cycle suspension and remove springs, mounted to a powder coated frame on casters.��������� �QTY: ___1____��� Price:__________ 4x4 ABS Trainer - Includes the following (at a minimum):� Motorized rotation of trainer�s component, safety guards to protect students from getting hurt, cutaway sections to allow students to see inside components, full electrical testing capabilities for the ABS System. QTY: ___1____��� Price:__________ Brake Trainer � Includes the following (at a minimum):� Four-wheel disc and drum braking system, fully functional in operation, two frame mounted master cylinders, functioning parking brakes and levers, mounted to an optional powder coated stand with casters, custom application requests available. QTY: ___1____��� Price:__________ A/C Trainer � Includes the following (at a minimum):� Complete Ford OEM A/C system, optional electric adjustable speed motor to simulate driving conditions, control panel test points for easy access testing, real world faults for student diagnosis, safety and vandal proof features integrated into design, operates on a 230v AC plug, mounted to powder coated frame with casters, at component test points available as an option. QTY: ___1____��� Price:__________ The government reserves the right to award without discussion; therefore, the initial quote should contain the offerors best terms from a price standpoint.� The Government will award to a responsible offeror or offerors whose offer is most advantageous to the Government based upon price and technical capability of the items to meet the Government requirement, both being approximately equally important. PLACE OF PERFORMANCE: FCC Pollock 1000 Airbase Road Pollock LA 71467 CONTRACT CLAUSES: The following provisions and clauses will apply to this solicitation in accordance with Commercial Items: Clauses Incorporated by Reference.� 52.212?1 Instruction to Offerors 52.212-4 Evaluation�Commercial Products and Commercial Services 52.212-3 Offer Representation and Certifications � Commercial Items 52.212?4 Contract Terms and Conditions, Commercial Items 52.212?5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial items ����������� Additional FAR clauses cited in 52.212-5 that are applicable to this RFQ: ����������� 52.233-3 Protest After Award ����������� 52.219-6 Notice of Total Small Business Set-Aside ����������� 52.232-33 Payment by Electronic Funds � System for Award Management (SAM) 52.204-7 System for Award Management (SAM) The full text provision or clause may be accessed electronically at www.acquisition.gov. OTHER CONTRACT TERMS AND CONDITIONS: The resultant contracts will be a firm fixed price type contracts.� It is anticipated that contract awards resulting from this solicitation will be made approximately August 7, 2023, by 1:00 pm CST. The Government will make award to the responsible offerors whose offer conforms to this solicitation and is most advantageous to the Government. SUBMISSION OF QUOTATIONS: All offers shall be emailed to Kerry Roberts, Contracting Officer, at k4roberts@bop.gov no later than 12:00 pm August 1, 2023 and shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items with offer.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d10f8581c804038a9099bd262b9513a/view)
- Place of Performance
- Address: LA 71467, USA
- Zip Code: 71467
- Country: USA
- Zip Code: 71467
- Record
- SN06746331-F 20230714/230712230047 (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 |