Federal Bid

Last Updated on 30 Apr 2024 at 1 PM
Combined Synopsis/Solicitation
Morris Minnesota

Amphibious Tracked Vehicle, Morris WMD, Morris, MN

Solicitation ID 140FS224Q0131
Posted Date 30 Apr 2024 at 1 PM
Archive Date 25 May 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fws, Sat Team 2
Agency Department Of Interior The
Location Morris Minnesota United states
Amphibious Tracked Vehicle, Morris WMD, Morris, MN

The U.S. Fish and Wildlife Service, Morris Wetland Management District (WMD), Morris, MN has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140FS224Q0131. This announcement constitutes the only solicitation. A written solicitation will not be issued. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) # 2024-03, effective February 23, 2024. The North American Industrial Classification System (NAICS) number is 336999, All Other Transportation Equipment Manufacturing, and the business size standard is 1000 employees. This requirement is a Total Set-Aside for Small Business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis.

The government anticipates awarding a firm fixed price purchase order for this requirement. See the attached specification sheet for the FWS' salient characteristics that will satisfy the Government's need for its requirement of an amphibious tracked vehicle, trailer, and cutter accessory for the Morris WMD. Delivery FOB Destination to the Morris WMD, Morris, MN and in service training shall be included in the price.

In addition, there are two trade-in items associated with this requirement. Acceptance of the trade-in items is a condition of award. Quoters shall include the trade in items and enter the value of the trade-in within their quote. Quoters shall then subtract the total trade-in value from the total cost of line items so that each bid is submitted with reduction of the trade-in value from the overall total. Photos of the trade-in units are included in the trade in information attachment. The trade-in units shall be picked up by the awardee at the time of delivery of the new machine and trailer.

The trade-in units are as follows:

Trade-in # 1: 2006 Marsh Master II; Property number F394719; Serial number 333238; Hours 1120; Condition-fair; normal wear/tear; The hour meter was replaced at 800 hours-the new hour meter shows 320 hours. The following items in the pictures WILL NOT be on machine at time of trade-in: Fire pump, hoses/plumbing, hose reel, drip torch holders, jack, items in top basket rack, and fire extinguishers.

Trade-in # 2: 2011 Magnum 1018T Custom Trailer; Property number F301219; Serial number 1V5BA272XB1135980; Condition-fair; normal wear/tear, no significant issues. The ladder in the pictures WILL NOT be going with the trailer.

Delivery Address:
Morris WMD
43875 230th Street
Morris, MN 56267-5404

The Government intends to issue a firm fixed-price contract as a result of this combined synopsis/solicitation to the company that submits a proposal that conforms to the technical specifications, and who, based on the decision of the government, offers the best value to include specifications, trade in values, delivery timeframe, warranty, and price. The Government reserves the right to award a contract to any other than the lowest priced offer if, in its judgment, the technical superiority outweighs the cost difference.

Interested parties shall submit a quote on company letterhead that includes all pertinent point of contact information including point of contact name, email, and phone number, SAM UEI number, business size/type. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. The provisions on pages 11-17 of the B08 Solicitation Clauses and Provisions shall also be completed and submitted with the quote. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well.

Offerors must comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing, GS0339 Green Acquisition, and in FAR 52.212-1, Instructions to Offerors - Commercial Items. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. A best value determination will be made and the evaluation factors are technical experience, past experience, quality control plan, delivery timeframe, and price. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Also included in this acquisition are the following clauses: 52.204-13, 52.204-18, 52.204-19, 52.247-34, 52.252-2, 52.252-4, and 52.252-6. In addition, the following provisions are included in this acquisition: 52.204-7, 52.204-16, 52.204-22, 52.204-24, 52.204-26, 52.204-29, 52.212-3, 52.219-1, 52.223-1, 52.225-18, 52.252-1, 52.252-3, 52.252-5.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and Commercial Services applies to this acquisition, no addenda applies. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.204-27, 52.204-30, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-40, 52.233-3, 52.233-4.

The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://acquisition.gov/far/.

In order to have a quote considered, quoting vendors must be listed on the SAM.gov website (https://sam.gov) as an active vendor, and must have completed the on-line representations and certifications in SAM.gov by the closing date of this solicitation. Quotes received from firms not actively registered in SAM.gov by the closing date of the solicitation will not be considered.

Offers must be received by 7 pm ET May 10, 2024. Offers received after this date and time will be considered non-responsive in accordance with 52.212-1(f) and will not be evaluated. Offers shall be e-mailed to the attention of: [email protected].

All questions regarding the subject combined synopsis/solicitation shall be directed to the attention of Darla Freyholtz Ballard at 701-339-3829 or [email protected].

Attachments:

Attachment 1: Specifications
Attachment 2: Trade in MMII
Attachment 3: Trade in Trailer
Bid Protests Not Available

Similar Past Bids

Morris Minnesota 06 Aug 2010 at 2 PM
Morris Minnesota 11 Sep 2023 at 5 PM
Location Unknown 24 Oct 2018 at 9 PM
Location Unknown 10 Dec 2018 at 3 PM
Location Unknown 14 Jul 2020 at 4 AM

Similar Opportunities

Tacoma Washington 06 Aug 2025 at 4 AM
Delaware 14 Jul 2025 at 4 AM
Sacramento California 08 Jul 2025 at 9 PM
New york New york 08 Jul 2025 at 8 PM
Yuma Arizona 10 Jul 2025 at 7 PM