Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

25 -- Trailers for RSMS at Fort Riley, KS - Draft RFP

Notice Date
12/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331221 — Rolled Steel Shape Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-12-R-5701
 
Archive Date
2/4/2012
 
Point of Contact
Robert E. Lynn, Phone: 7852741944, LINDA EHRHART, Phone: 7852741542
 
E-Mail Address
robert.e.lynn@us.army.mil, LINDA.EHRHART@US.ARMY.MIL
(robert.e.lynn@us.army.mil, LINDA.EHRHART@US.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation ; proposals are being requested and a written solicitation will not be issued. This solicitation W912JC-09-R-5717 is issued as an Request for Proposal (RFP) Small Business Set Aside. The NAICS is 331221. Base year contract begins April 2009 thru April 2010 with the option for four additional one-year periods. The additional one year contract options are exercised if the product performance and customer service from the contractor is deemed to be of a satisfactory or better nature. This is a single award ID-IQ contract awarded on the basis of Lowest Price Technically Acceptable. The awarded contractor(s) shall have the capability to manufacture the Body Cargo Truck for the M939 series (923/925 Basic, A-1/A-2) 5 ton truck NSN 2320-01-050-2084 923 Basic, 2320-01-206-4087 923 A-1, 2320-01-230-0307 A-2, 2320-01-047-8769 925 Basic, 2320-01-206-4088 925 A-1, 2320-01-230-0308 925 A-2 in accordance with (IAW) TM 9-2320-272-24P-1 and P-2. The modification kit will be provided by the KS RSMS. Offeror must have prior experience in the manufacture of truck beds for the military or commercial customers. Estimated quantities: A m aximum quantity of 250 units for the first base year and 250 units thereafter for every option year exercised; this number is an estimate and does not entitle an awarded contractor to an equitable adjustment if the maximum quantity is not ordered. The minimum quantity is 40 units total for the duration of this contract. For offerors submitting estimates in the RFP please use the minimum production number to calculate price to ensure all offers are evaluated equally. The vendor shall have the capability to manufacture 35-40 truck beds per month. The KS RSMS annual production schedule will determine the quantity ordered. Upon refurbishment of the asset(s), the contractor shall be required to ship the asset to: KS RSMS, Bldg 1598, Camp Funston, Fort Riley, KS 66442-0345, return shipping charges incurred are at contractor expense and should be considered when submitting a bid. Inspections and Reports: A final inspection report will be completed on each shipment of truck beds as they are received at the KS RSMS from the awarded contractor. Any truck bed found to be defective will be annotated onto a Quality Discrepancy Report with the issue and sent back to the contractor for disposition of what corrective action is to be taken. Awarded contractor(s) will also provide a weekly status report of each item. The weekly status report will include but is not limited to nomenclature, P/N, order #; qty left on order, qty at facility, lead time and estimated delivery date. First Article: First article to be provided to customer (KS RSMS) within 30 working days of order for evaluation. Successful inspection of the first article to the KS RSMS is required prior to award. Any first article that fails evaluation and cannot be corrected within the first 45 days will be found technically unacceptable and removed from the process of consideration for contract award. No first article is required if an offeror that wins the award has previously provided this service for the KS RSMS in the past. All estimates submitted shall include the cost of the first article. Past performance : Information must include a list of prior contracts for this item awarded within the past 3 years to be eligible for the award. The information shall include a valid point of contact, mailing address, telephone number, contract number and dollar amount. Schedule: Offerors shall submit a delivery schedule and a price proposal for each unit, wherein shipping costs shall be included in the repair price. The proposal shall include pricing for the base year, option year one through the completion of option year four. For evaluation purposes, the lowest bid will be determined by totaling the price for the base and option years and dividing by 5 (years). Quantity discount listings are welcome to be listed on the RFP but only the base price of the minimum number will be used for award evaluation purposes. Process: Offerors must submit a complete technical data package addressing the fabrication process, inspections, and reports as referenced. The fabrication process can be listed in a detailed narrative or checklist with needed illustrations, pictures or video. The process should outline from the start of production through the end to the final product. Any RFP's submitted without a detailed fabrication process may be considered technically unacceptable and removed from consideration for award. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Applicable Clauses: To be Posted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-12-R-5701/listing.html)
 
Place of Performance
Address: Kansas RSMS, Bldg 1598 Camp Funston, Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN02641438-W 20111221/111219234000-4654b2114d8ed8aee67d7127b76b57a1 (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.