Louisiana Bids > Bid Detail

LA ARNG Combined Maintenance Facility Engine and Transmission RFQ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159489268778548
Posted Date: Nov 16, 2022
Due Date: Nov 30, 2022
Solicitation No: W912NR23Q0001
Source: https://sam.gov/opp/b368f2ce31...
Follow
LA ARNG Combined Maintenance Facility Engine and Transmission RFQ
Active
Contract Opportunity
Notice ID
W912NR23Q0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NB USPFO ACTIVITY LA ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 16, 2022 03:52 pm CST
  • Original Date Offers Due: Nov 30, 2022 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 336350 - Motor Vehicle Transmission and Power Train Parts Manufacturing
  • Place of Performance:
    Pineville , LA 71360
    USA
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 Brand Name Requirement. See attached Brand Name Justification.



This solicitation is issued as a request for quote (RFQ) in accordance with FAR Parts 12. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2022-08 Effective 28 October 2022. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://acquisition.gov.



The solicitation W912NR-23-Q-0001 is issued as a Request for Quote. This procurement is solicited as a HUBZone Set-aside. The NAICS code for this acquisition is 336350 Motor Vehicle Transmission and Power Train Parts Manufacturing with a small business size standard of 1500 employees. This requirement is a HUBZone Small Business Set-Aside and only qualified offerors may submit bids. This solicitation is for a firm fixed price contract and will be awarded to the lowest priced technically acceptable. Offer must include proof of adherence to provided specifications (quotes will be checked for technical acceptableness based on requirements) and have a satisfactory past performance with Government contracts. The contractor shall return the completed provision (52.204-24) and return with proposal.



The Louisiana Army National Guard Combined Maintenance Facility has a need for 3ea Caterpillar C7 engines and 15ea Allison 3700SP Gen 4 transmissions. See attached Needs Statement for complete requirements. The Government reserves the right to cancel the contract in its entirety or parts of the requirement within a seven (7) day notice.





AWARD BASIS:



The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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:



Lowest Price Technically Acceptable - All offerors packages will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, and will be deemed either technically acceptable or technically unacceptable). If the lowest price offer is found technically acceptable and the pricing determined fair and reasonable by the Requestor or Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price, technically acceptable offer(s). If the lowest price offer is determined technically unacceptable, the offer will not move forward.





Timeline



16 November 2022 / 12:00 a.m. CST – Combined Synopsis/Solicitation posted



23 November 2022 / 02:00 p.m. CST – Deadline for questions/clarifications (If applicable)



30 November 2022 / 02:00 p.m. CST – Combined Synopsis/Solicitation closes





Location



Delivery Address:



CSMS-TACCS SAMS



W8US LA ARNG CSMS 1



119 West Range Road



Pineville, LA 71360





The following FAR/DFAR clauses and provisions are applicable to this acquisition:



52.202-1 Definitions JAN 2012



52.203-3 Gratuities APR 1984



52.203-5 Covenant against Contingent Fees APR 1984



52.203-7 Anti-Kickback Procedures OCT 2010



52.204-7 System for Award Management JUL 2013



52.204-13 System for Award Management Maintenance JUL 2013



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)



52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012



52.216-24 Limitation of Government Liability APR 1984



52.216-25 Contract Definitization OCT 2010



52.222-3 Convict Labor JUN 2003



52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012



52.222-21 Prohibition of Segregated Facilities FEB 1999



52.222-26 Equal Opportunity MAR 2007



52.222-35 Equal Opportunity for Veterans SEP 2010



52.222-36 Affirmative Action for Workers with Disabilities OCT 2010



52.222-37 Employment Reports on Veterans SEP 2010



52.222-50 Combating Trafficking in Persons FEB 2009



52.223-6 Drug-Free Workplace MAY 2001



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011



52.225-13 Restrictions on Certain Foreign Purchases JUN 2008



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012



52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984



52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013



52.233-1 Disputes JUL 2002



52.233-2 Service of Protest SEP 2006



52.233-3 Protest after Award AUG 1996



52.233-4 Applicable Law for Breach of Contract Claim OCT 2004



52.243-1 Changes--Fixed Price AUG 1987



52.252-2 Clauses Incorporated By Reference FEB 1998



252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012



252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009)



To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). UEI, Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions.



Contracting Office Address: USPFO for Louisiana, 420 F Street, Camp Beauregard, Pineville, LA 71360 Point of Contact(s): lavon.d.wilson.mil@army.mil, 318-290-5873, Ms. Lavon Wilson and/or crystal.l.stiles2.mil@army.mil, 318-290-5933, Crystal L. Stiles, Supervisory Contract Specialist.





Representation. As prescribed in 4.2105(a), complete the following representation in FAR Clause 52.204-24(d)



Representation. The Offeror represents that —



(1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the



performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The



Offeror shall provide the additional disclosure information required at paragraph (c)(1) of this section if the



Offeror responds “will” in paragraph (d)(1) of this section; and



(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—It □



does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or



service that uses covered telecommunications equipment or services. The Offeror shall provide the



additional disclosure information required at paragraph (c)(2) of this section if the Offeror responds “does” in



paragraph (d) (2) of this section.



Vendor Name: _________________________________________________________________ Authorized



Representative Name/Title: __________ __________________________



(Print Name/Title)



Authorized Representative Signature: ________________________________ _____





Note: For your offer to be considered ensure the following:






  • Solicitation Quotation Worksheet has been accurately and completely filled out.

  • Registration in SAM is current and accurate

  • Pricing for all items listed and total of all items completed

  • Representation selection has been made (#1 & #2).

  • Submit signed Solicitation Quotation Worksheet via email by the specified time and date.




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR LAARNG DO NOT DELETE 420 F STREET
  • PINEVILLE , LA 71360-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 16, 2022 03:52 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >