Federal Bid

Last Updated on 06 May 2011 at 8 AM
Combined Synopsis/Solicitation
Camp pendleton California

66--Diagnostic test equipment for the USMC MTVR, MRAP, and M-ATV.

Solicitation ID M0068111T0105
Posted Date 18 Apr 2011 at 3 PM
Archive Date 06 May 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Camp pendleton California United states 92055
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-11-T-0105 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20110331. The North American Classification System Code is 423110 and the small business size standard is 100 employees. This acquisition is set-aside 100% for Small Businesses. Offers received from concerns that are not small business will be considered nonresponsive and will be rejected. CLIN 0001: laptop diagnostic analyzer test equipment for use with United States Marine Corps’ (USMC) Mine Resistant Ambush Protected (MRAP), MRAP All Terrain Vehicle (M-ATV), and the Medium Tactical Vehicle Replacement (MTVR) 7-Ton. Employs the following softwares: Anti-lock brake system (ABS) diagnostic, Central Tire Inflation System (CTIS) diagnostic, transmission diagnostics, and Caterpillar © engine diagnostic software to diagnose, troubleshoot, and calibrate Caterpillar© C3126-A, C-3126B, C7, and C12 engines. Preinstalled with Interactive Electronic Technical Manuals (IETMs) for the following vehicles: MTVR, HMMWV, M105,M149, M353, and TM 4700. Connects to the vehicle utilizing SAE J1708/1587, 1850, 1939, MIL-M-1553, RS-232, and DCA diagnostic buses. Includes NATO/Cigarette vehicle power adapter, vehicle interface adapter (wireless/USB), MIL-STD 810G-compliant rugged case, and an alternate lithium-ion battery to allow minimum 7 hours of operation without AC power. Quantity of (1) ea. CLIN 0002: Electronic handheld, palm-sized diagnostic analyzer test equipment for use with United States Marine Corps’ (USMC) Mine Resistant Ambush Protected (MRAP), MRAP All Terrain Vehicle (M-ATV), and the Medium Tactical Vehicle Replacement (MTVR) 7-Ton. Employs the following softwares: Anti-lock brake system (ABS) diagnostic, Central Tire Inflation System (CTIS) diagnostic, transmission diagnostics, and Caterpillar © engine diagnostic software to diagnose, troubleshoot, and calibrate Caterpillar© C3126-A, C-3126B, C7, and C12 engines. Preinstalled with Interactive Electronic Technical Manuals (IETMs) for the following vehicles: MTVR, HMMWV, M105,M149, M353, and TM 4700. Connects to the vehicle utilizing SAE J1708/1587, 1850, 1939, MIL-M-1553, RS-232, and DCA diagnostic buses. Includes NATO/Cigarette vehicle power adapter, vehicle interface adapter (wireless/USB), MIL-STD 810G-compliant rugged case, and an alternate lithium-ion battery to allow minimum 9 hours of operation without AC power. Quantity of (1) ea. Government is requesting the inclusion of warranty and technical support that includes software support, including in-theater operation(Iraq and Afghanistan). The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors–Commercial Items. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1.Technical adherence, 2. Price, 3. Delivery terms. 4 Warranty. 52.212-3, Offeror Representations and Certifications–Commercial Items. 52.212-4 Contract Terms and Conditions–Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders–Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Rerepresentation. 52.222-3, Convict Labor. 52.222-19, Child Labor–Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration). 52.214-31, Facsimile Bids. 52.225-18, Place of Manufacture. 52.232-1, Payments. 52.246-17, Warranty of Supplies of a Noncomplex Nature. 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications–Commercial Items with their quote. The contractor should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Contractors are required to be registered in Wide-Area Work Flow. Contractors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those contractors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Mark Silang, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to [email protected], faxed to 760-725-4346, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before April 21, 2011 at 4:00 p.m. Pacific Standard Time.
Bid Protests Not Available

Similar Past Bids

Quantico Virginia 11 Jun 2003 at 5 AM
Location Unknown 28 Mar 2009 at 8 PM
Location Unknown 23 Apr 2019 at 12 AM

Similar Opportunities

Pennsylvania 11 Jul 2025 at 6 PM
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Mississippi 16 Jul 2025 at 7 PM
Chicopee Massachusetts 30 Sep 2025 at 4 AM (estimated)