SOLICITATION NOTICE
K -- Blanket Purchase Agreement for Modifications to Firefighting and Rescue Vehicles.
- Notice Date
- 7/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-14-T-0284
- Response Due
- 7/18/2014
- Archive Date
- 9/13/2014
- Point of Contact
- Kevin Niebuhr, 845-938-4763
- E-Mail Address
-
MICC - West Point
(kevin.m.niebuhr@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. This is a Synopsis/Sources Sought Notice for commercial services to support the Fire Department and Emergency Services department at the US Military Academy, West Point, NY. The requirements will be fulfilled using the Simplified Acquisition Procedures of the Federal Acquisition Regulation (FAR) Part 13. The Government intends to award two (2) or more Blanket Purchase Agreements (BPAs) to responsible vendors that provide a response to this notice showing they are capable of providing the required services described herein. Interested vendors must provide all the requested information identified in this notice in order to be considered. There will not be any additional solicitation or notice issued. The West Point Fire & Emergency Services (WPF&ES) department at the US Military Academy, West Point, NY is seeking sources capable of providing vehicle modifications and alterations to multiple fire engines, fire trucks, ambulances, and a rescue apparatus. This would not include normal routine vehicle maintenance type work, but just vehicle modification type work. The specific vehicles to be worked on include: 1995 E-One Rescue Truck (International Cab), 2003 Pierce Engine, 2001 Pierce Engine, 1995 E-One Engine, 1997 Pierce Arrow Tele-Squirt 65, 2009 Pierce Mid-Mount platform, 2014 Pierce Engine, 2009 Chevrolet Wheeled Coach Ambulance, and a 2009 Ford F-350 Wheeled Coach ambulance. Service for emergency vehicles shall be performed according to related National Fire Protection Association (NFPA) standards. These standards are NFPA 1500, NFPA 1901, NFPA 1071, NFPA 1906, NFPA 1911, and NFPA 1917. These standards will be used as a guide for inspections, repairs and practices. Any and all persons who will be performing any and all inspections, maintenance, and or alterations to emergency vehicles will meet and/or exceed NFPA 1071 (most recent edition), the Standard for Emergency Vehicle Technicians. WPF&ES requests demonstration of capability by interested parties through submittal of a brief capability statement. All capability statements should: Not exceed and will be restricted to four (4) pages. Vendor responses shall be electronically submitted to the email address below. Responses shall include: -Information regarding your company small business classification (s) such as Service Disabled Veteran-Owned Small Business SDVOSB; Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB); HubZone; 8(a); 8(a), HubZone; Large Business; etc. relative to NAICS Code 811198 All Other Automotive Repair and Maintenance. The size standard for this NAICS Code is $7.5 Million. -List references and experience, as prime contractor, in providing similar services within the past 3 years. -Provide Hourly rates, service call charges, and travel charges within your response. -Provide information on your firm's ability to provide certified Emergency Vehicle Technician(s). The US Military Academy, West Point, NY will use the information submitted to determine which vendors it would award a BPA to. The Government intends to award a minimum of two (2) and a maximum of three (3) BPAs which would remain in effect for a three (3) year period. This notice will be the only means of soliciting vendors for this requirement and there will not be a separate Request For Quotes/Proposals issued. All interested vendors are required to be registered in the System for Award Management (SAM) at www.sam.gov. All interested vendors must submit all required information in writing by email to Kevin.M.Niebuhr.civ@mail.mil. Responses need to be received by 3:00 PM on 18 July 2014. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a37723d37b7c053639ed5cd543cc5b0)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN03424981-W 20140717/140716021500-9a37723d37b7c053639ed5cd543cc5b0 (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 |