SOLICITATION NOTICE
23 -- PULK Sleds (Freight, Towable)
- Notice Date
- 6/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- W36B5W41050022
- Archive Date
- 7/24/2014
- Point of Contact
- Tae Kyun Kim, Phone: 9104328697
- E-Mail Address
-
tae.kyun.kim@soc.mil
(tae.kyun.kim@soc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Special Operations Command (USASOC) has a requirement for a quantity of Fifty Four (54) PULK Sleds (24ea to Joint Base McChord, WA (formerly Fort Lewis), 30ea to Fort Carson, CO (near Colorado Springs). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) Fac 2005-73, Addendum 29 May 2014. North American Industrial Classification Code (NAICS) 336999 applies to this procurement. This requirement is set aside for a small business. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Special Operations Command (USASOC) has a Brand Name or Equal requirement for NEW and not refurbished/remanufactured Husky Manufacturing Co. PULK/Freight Sleds. The brand name manufacturer Husky Mfg. sled meets all the pre-requisites for type and compatibility with current existing requirements. Items called for by this Request for Quotation have been identified by a "Brand Name or Equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. The Contract Line Item Number (CLIN) and description for this procurement is (New Equipment Only): CLIN 0001, *QTY OF FIFTY-FOUR (54) EACH, PULK/FREIGHT SLEDS REAR PINTLE HITCH (SEE MINIMUM SPEC). CLIN 0002, SHIPPING to both locations. A. The minimum specifications for the PULK/Freight Sled are as follows: 1. Background: The Pulk system allows Special Operations Forces (SOF) units to tow cargo behind snowmobiles in austere, off-trail operational environments with temperatures of -30°C (Neg 30 Degrees Celcius). 2. PHYSICAL SPECIFICATION a. The system shall measure between 9.5' and 10.5' in Length b. The system shall measure between 32" and 34" in Width at the top c. The system shall measure between 27" and 29" in Width at the bottom d. The system shall be constructed of fully welded marine grade aluminum e. The system shall have ¼" UHMW plastic covering on the bottom for protection and friction reduction f. The system shall have two (2) full-length runners measuring 1"-2" in Depth and Width g. The maximum weight does not exceed 200lbs. h. The maximum carry capacity is up to 1000lbs i. The system shall have a tow hitch, 472# spring loaded swivel type, mounted to the front j. The system shall have grease points on the hitch for preventive maintenance k. The system shall have a rear-mounted pintle or "J" hook type hitch 3. PERFORMANCE SPECIFICATIONS a. The Pulk sled shall capable of operating behind a tow vehicle at sustained speeds up to 45 miles per hour with minimal wear & tear to the sled. b. The system shall facilitate steerage, using runners and swivel-tongue spring hitches c. The system shall be resistant to corrosion 4. OPERATING ENVIRONMENT a. Storage Temperature: -30 Degrees C to 50 Degrees C b. Operating Temperature: -30 Degrees C to 25 Degrees C c. Relative Humidity: 5 to 100% Condensing 5. HEALTH AND SAFETY a. System must comply with applicable national Health and Safety regulations b. System must comply with Health and Safety at Work Standards Act 1974 DELIVERY: Desired delivery date (DDD) is NO LATER THAN 30 SEPTEMBER 2014 (24 to Fort Lewis, 30 to Fort Carson). CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and USOCOM Supplement provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-13, System for Award Management Maintenance (JULY 2013). FAR 52.211-8, Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.211-6, Name Brand of Equal FAR 52.212-1, Instructions to Offerors -Commercial Items FAR 52.212-6, Notice of Total Small business Set-Aside FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Price and (3) Delivery. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics listed in CLIN 0001. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. Delivery is defined as the capacity and affirmation to conform with, or better, the DDD of this solicitation. Alternate delivery schedules that improve on the DDD will be considered. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.232-7003, Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Systems for Award Management at http://www.sam.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and email address of the Contracting Officer is Mr Scott Phelps, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Fax: 910-432-9345; conway-phelps@soc.mil. 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this Solicitation using the same contact information identified in clause 5652-201-9002. The full text of all clauses may be accessed electronically at http://farsite.hill.af.mil. QUOTE & QUESTIONS: Quotes shall be submitted to HQ, USASOC ATTN: AOCO: SSG Tae Kim, Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 1:00 PM (EST), Wednesday, 09 July 2014. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted via email to the contracting specialist at tae.kyun.kim@soc.mil by 02 July 14. Telephonic questions will not be returned. Questions received after the question period has ended will not be considered. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this solicitation. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include item specifications, unit and total price, (2) delivery time and F.O.B point, (3) completed Official Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be grounds for the offer to be eliminated from competition. It is the responsibility of offerors to review the FBO website for any changes or amendments to this RFQ. New equipment ONLY. NO remanufactured or used products. No "GREY" market items. Quote MUST be good for 30 calendar days after submission. Include the following in your quote: Tax ID Number, DUNS Number and CAGE Code Contact Information Payment/Discount Terms Delivery Schedule & Cost Points of contact for information are SSG Tae Kim, Contracting Specialist, tae.kyun.kim@soc.mil or (910) 432-8697. Email is preferred method of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W36B5W41050022/listing.html)
- Place of Performance
- Address: Headquarters USASOC, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN03398654-W 20140620/140619021703-a2f81d0e32b5d2ab8f9324c234ff257a (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 |