Louisiana Bids > Bid Detail

HUMMWV ENGINES AND TRANSMISSION

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159721005696360
Posted Date: Jun 15, 2023
Due Date: Jun 30, 2023
Solicitation No: W912NR23Q0003
Source: https://sam.gov/opp/24eab99b8b...
Follow
HUMMWV ENGINES AND TRANSMISSION
Active
Contract Opportunity
Notice ID
W912NR23Q0003
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 15, 2023 02:57 pm CDT
  • Original Date Offers Due: Jun 30, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: 6105 - MOTORS, ELECTRICAL
  • 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 solicitation is issued as a request for quote (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2023-02 Effective 16 March 2023. 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-0003 is issued as a Request for Quote. This procurement is solicited as a small business 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 10 each of non-turbo 6.5 engine and turbo 6.5 engine and 10 each of 4L85E transmission and 4L803 Turbo Transmission for HMMMV . Please see Needs Statement for full 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 - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete, and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.



Timeline

15 June 2023 / 4:00 p.m. CST – Combined Synopsis/Solicitation posted.



23 June 2023 / 02:00 p.m. CST – Deadline for questions/clarifications (If applicable)



30 June 2023 / 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.


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
  • Jun 15, 2023 02:57 pm CDTCombined 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 >