SOLICITATION NOTICE
38 -- Utility Task Vehicle
- Notice Date
- 8/23/2024 1:49:18 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336110
—
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MD24Q0021
- Response Due
- 9/4/2024 1:00:00 PM
- Archive Date
- 09/19/2024
- Point of Contact
- Donna L Cohee, Phone: 7578247371
- E-Mail Address
-
donna.l.cohee@noaa.gov
(donna.l.cohee@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1333MD24Q0021 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Utility Task Vehicle (UTV) � This is a Request for Quotation (RFQ) for Utility Task Vehicle.� The solicitation is being issued as a total small business set-aside.� The associated NAICS code is 336110 with a size standard of Employee-based 1500. Contractor selection for this acquisition will be made using a traditional approach under Simplified Acquisition Procedures.� The domain for this effort is Wallops Command Data Acquisition Station (WCDAS).� This will be awarded as a best value acceptable, firm-fixed price Purchase Order.� You are requested to submit all technical support documents and full pricing quote for the effort described in the attached Statement of Work (SOW). ����������������������������������������������������� Background The NOAA Wallops Command and Data Acquisition Station (WCDAS), located in Wallops Island, Virginia, has a requirement to replace an older UTV that supports the technicians as they work at one antenna shelter to another at the WCDAS campus.� Delivery is required at the NOAA/NESDIS WCDAS, 35663 Chincoteague Road, Wallops Island, VA� 23337. Objective The objective of this requirement is to support our station�s mission.� � � Scope: This acquisition goal is to procure a Utility Task Vehicle that meets the technical specifications listed in this statement of work. The utility task vehicle will carry personnel and equipment into the antenna field of the WCDAS satellite ground station for employees to perform preventive and corrective maintenance on sensitive electronic equipment. Technical Specifications: Brand Name or Equal Brand: Kubota Model: RTVX1100CWLH Description: Utility Task Vehicle (UTV) 4Wheel Drive Mandatory Specifications: ? Diesel Engine 3 Cylinder 68.5 cu in (min.) ? 75 Amp Alternator ? Variable Hydro Transmission Low 0-15 mph, High 0-25 mph, ? Limited-slip Front Differential ? Rear differential lock ? Hydrostatic Power Steering with manual tilt-feature ? Hydraulic Cargo Dump ? Hydraulic Oil Cooler ? Fuel Tank 7.9 gal (min) ? Cargo box load capacity 1102 lbs. (min) ? Volume Capacity 15.2 cu ft� (min) ? Width 57.7in� (min) ? Length 40.5 in� (min) ? Depth 11.2 in� (min) ? Factory Cab w/ A/C, Heater & Defroster ? Fully opening rolldown door windows ? Digital Multimeter Speedometer ? Front & Rear Independent Adjustable Suspension ? Brakes Front/Rear Wet Disc ? Rear Brake Lights / Front Headlights ? 2� Hitch Receiver, Front and Rear ? Deluxe 60/40 split bench seats with driver's side seat adjustment ? Deluxe Front Guard (radiator guard, bumper, and lens guard) ? SAE J2194 & OSHA 1928 ROPS ? Horn ? Dash-mounted Parking brake ? Dimensions �� Minimal requirements ? Width 63.2 in ? Height 79.5 in ? Length 120.3 in ? Wheelbase 80.5 in ? Tow Capacity 1300 lbs. ? Ground Clearance 10.4 in ? Suspension Travel 8 in ? Turning Radius 13.1 ft ? Factory Spray- Bedliner ? Heavy Duty Worksite 25 x 10 12, 6 ply ? RTVX1100C LED Front Worklight ? RTVX1100C LED Rear Worklight ? Standard External Mirror Kit Cab ? Backup Alarm Non-Price Evaluation Factors: Award will be made to the responsible Contractor that offers the best value to the Government. Each quote shall be evaluated on an individual basis in accordance with the evaluation factors set-forth below. The factors are listed in order of importance: 5.1 Technical Specifications- Offeror shall meet all specifications as outlined. Offeror must demonstrate the ability to conform by providing drawings, operational specifications, photographs, art work and supporting literature to be evaluated and provide Product Warranty period for review and exchange policy. 5.2 Delivery- The offer shall provide the best expedited delivery schedule to meet the Government's need. 5.3 Price- The offeror's Fixed Price CLINs shall be evaluated by the total Firm Fixed Price for this proposal. Fixed price proposals will be reviewed for reasonableness, affordability, and realism to determine whether they reflect an understanding of the requirement or any significant unbalanced pricing. Cost may play an additional role since considerations of cost in terms of best value and affordability may be controlling in circumstances where two or more proposals are otherwise adjudged equal or when a technically superior proposal is at a cost that the Government cannot afford. The following adjectival rating table shall be used to rate the offers. The evaluator will use the appropriate table and select one of the adjectival ratings that most clearly reflect the assessment of the offer based on the established evaluation criteria. Price offers will not receive an adjectival rating but are considered. Adjectival Rating Table: ACCEPTABLE (A) - The offer meets the stated requirements. The response is considered complete in terms of the basic content and level of information the Government seeks for evaluation. There is a reasonable probability of success to meet the quantity and quality requirements and little risk that this Offeror would fail. MARGINAL (M) - The offer meets a minimum scope of the stated requirement. The response is considered minimal in terms of the basic content the Contractor was required to provide. The degree of success is low in providing the Government's need for this requirement. UNACCEPTABLE (U) - The proposal fails to meet the stated requirements. The response is considered deficient in terms of basic content and support the Government seeks for evaluation. The degree of risk is so high that there is little or no likelihood of success. 6. Security Requirements: No contractor access to facilities or equipment is required under this requirement�equipment delivered only and authorized in-house personnel install and configure the equipment in accordance with the FISMA system's configuration management procedures. Be advised that this RFQ does not commit the Government to pay any cost for the preparation and submission of a quote. In addition, the Contracting Officer is the only individual who can legally obligate the Government to the expenditure of appropriated funds in connection with this procurement. Questions and Comments: Contractors shall submit all questions in writing via email to Donna L Cohee, donna.l.cohee@noaa.gov. Questions shall be received no later than 4:00 PM Eastern Daylight Time (EST), September 3, 2024. All questions or comments submitted shall include the solicitation number in the subject line. The Government will attempt, but does not guarantee, that it will answer questions submitted after the time and date specified above. Government responses will be provided, without identification of the questioner, via formal amendment to the RFQ. Phone inquiries are not permitted. The quote shall be submitted no later than 4:00 PM Eastern Daylight Time (EST) September 4, 2024 via email to donna.l.cohee@noaa.gov . Attachments/Links. Download All Attachments/Links Attachments
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e00657d334c4a6da9caba913bb30b54/view)
- Place of Performance
- Address: Wallops Island, VA 23337, USA
- Zip Code: 23337
- Country: USA
- Zip Code: 23337
- Record
- SN07184133-F 20240825/240823230123 (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 |