Federal Bid

Last Updated on 05 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
Iowa

Assorted Hardtop Covers for MTV, LMTV, and HMMWV

Solicitation ID W912LP-16-Q-6007
Posted Date 25 Aug 2016 at 8 PM
Archive Date 05 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7m8 Uspfo Activity Ia Arng
Agency Department Of Defense
Location Iowa United states
 

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; quotes are being requested and a written solicitation will not be issued.  This solicitation, W912LP-16-Q-6007, is being issued as a Request for Quote (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, effective 15 August 2016.  This procurement is Unrestricted.  The NAICS code is 336211 and the small business size standard is 1,000 employees.  Basis for award will be the lowest price quote that meets the minimum requirements listed below. Vendor's initial quote should contain the offerors best terms. Do not assume you will have the opportunity to clarify, discuss or revise your quote. Vendors may, at the discretion of the Government, be asked to provide more information and clarification regarding their quote. Request for such information does not constitute discussions. The Government is seeking pricing for the items listed below and intends to make a single award.  Vendors should provide a price for each line items to be considered for award.  The Government is requesting FOB destination pricing.  The place of delivery will be delivered to USPFO, Warehouse 12, ATTN: Receiving Desk, 7105 NW 70th Avenue, Johnston, Iowa, 50131-1824 Monday through Friday between the hours of 08:00 A.M. and 4:30 P.M. local time. The following is a list of items to be procured:

MTV (5T) Cargo/Trailer Covers (13 each) - Infused cargo bed covers approximately 175.5" long, 96.5" wide and 72.25" high. Includes deck mount design, open flat hinge, removable pad, lockable aluminum rear barn door set with mechanical stays (approximately 60" wide and 60" high opening), side egress window package (approximately 30" wide and 20" high, hinged at top, half sliders with screens), rear porthole windows, 6 loading D-rings and 6 two-way hinge-less ventilators. Truck cover must interchange with similar model trailer. The cover shall contain no wood by products to avoid premature failure due to rot and or corrosion. The cover must be capable of supporting a 3,600 pound plus roof load, deflect no more than 1.25 inches and return to factory geometry when load is removed. Doors shall have both rubber and mechanical door stays to secure the doors in their fully open position to assure that wind gusts and high winds cannot override the stays resulting in damage to freight or operator. Door design cannot interfere with space claim of MTV ladder mount points or rack and bow storage. Cover design cannot interfere with troop seats. Cover design must accommodate vehicle with and without arctic heater. Training to support the installation and maintenance of the shelter shall be provided by the supplier. The material used in the construction of the cover must meet or exceed the following flammability specifications: UL 94 HB (flame spread), FMVSS 302, and ASTM635 with CARC paint in the following colors and quantities (9 - Tan, 4 - Green).

LMTV (2.5T) Cargo/Trailer Covers (13 each) - Infused cargo bed covers approximately 154.6" long, 96.5" wide and 72.25" high. Includes deck mount design, open flat hinge, removable, pad lockable aluminum rear barn door set with mechanical stays (approximately 60" wide and 60" high opening), side egress window package (approximately 30" wide and 20" high, hinged at top, half sliders with screens), rear porthole windows, 6 loading D-rings and 6 two-way hinge-less ventilators. Truck cover must interchange with similar model trailer. The cover shall contain no wood by products to avoid premature failure due to rot and or corrosion. The cover must be capable of supporting a 3,600 pound plus roof load, deflect no more than 1.25 inches and return to factory geometry when load is removed. Doors shall have both rubber and mechanical door stays to secure the doors in their fully open position to assure that wind gusts and high winds cannot override the stays resulting in damage to freight or operator. Door design cannot interfere with space claim of MTV ladder mount points or rack and bow storage. Cover design cannot interfere with troop seats. Cover design must accommodate vehicle with and without arctic heater. Training to support the installation and maintenance of the shelter shall be provided by the supplier. The material used in the construction of the cover must meet or exceed the following flammability specifications: UL 94 HB (flame spread), FMVSS 302, and ASTM635 with CARC paint in the following colors and quantities (7 -Tan, 6 - Green).

HHT Trailer Tops M1101/1102 (6 each) - Standard Fiberglass shell.  Cover shall protect cargo from environment. Secure storage with lockable barn door set. Minimum 500 pound capacity on ribbed reinforced roof to include but not limited to: Approximate Weight: 370 pounds, Dimensions: 92"L x 87"W x 49"H, and 4 "D" Rings (for mounting).  CARC paint in the following colors and quantities (1 -Tan, 5 - Green).

HMMWV M1152 Mid top Cargo Bed Cover (2 each) - Doors capable of being locked with a padlock. Cover shall protect cargo from environment and minimizes impact to payload, barn door/vertical door variant of approximately 376 pounds. Shell shall be able to withstand temperatures that range from -40 degrees F to 185 degrees F. Independent collar seal, 4 "D" Rings (for mounting)/CARC finish antenna ground plane. CARC paint in the following colors and quantities (0 -Tan, 2 - Green).

HMMWV M1152 Standard Height Cargo Bed Cover (2 each) - Doors capable of being locked with a padlock. Cover shall protects cargo from environment and minimizes impact to payload, side doors which are horizontal doors over the existing door openings variant of approximately 265 pounds. Shell shall be able to withstand temperatures that range from -50 degrees F to 145 degrees F. Independent collar seal, 4 "D" Rings (for mounting)/ CARC finish antenna ground plane. CARC paint in the following colors and quantities (0 -Tan, 2 - Green).

HMMWV M1165 4 Door (6 each) - Rear door capable of being locked with a padlock. Cover shall protect cargo from environment and minimizes impact to payload, horizontal door variant of approximately 137 pounds, Bed Cover vertical (barn) door variant of approximately 129 pounds. The main difference aside from being horizontal or vertical is that with the horizontal door the unit keeps the tailgate, with the vertical doors the tailgate has to be removed. Shell shall be able to withstand temperatures that range from -20 degrees F to 185 degrees F. Independent collar seal. "D' Rings for mounting/ CARC finish antenna ground plane. CARC paint in the following colors and quantities (3 -Tan, 3 - Green).

Submission Requirements: Prospective vendors must submit the following information with their quote.  
1. Technical Data - Vendors shall provide a copy of the technical data for each hardtop listed above so the Government can review for compliance with the minimum requirements listed.  Vendors shall list any items that are non-compliant.  Failure to list non-compliant items implies the vendor will meet all of the minimum requirements listed. 
2. Price - Submit general vendor information and prices on Attachment #1, General Information - Pricing Schedule.
3. Representations and Certifications - Vendors shall include completed copies of the representation and certifications with the quote (pages 3-15 on attachment #2).

The following provisions are incorporated into this solicitation by reference:

FAR 52.212-1, Instructions to Offerors - Commercial
FAR 52.209-7, Information Regarding Responsibility Matters
DFARS 252.204-7008(DEV 2016-0001), Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
DFARS 252.225-7031, Secondary Arab Boycott of Israel

The following provisions/representations and certifications are incorporated by full text.  The full text is found in Attachment #2 titled "W912LP-16-Q-6007, Full Text Provisions and Clauses."

DFARS 252.203-7996 (DEV 2016-O00003) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation
DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I
DFARS 252.225-7020, Trade Agreements Certificate
DFARS 252.247-7022, Representation of Extent of Transportation by Sea

The following clauses are incorporated into this solicitation and resulting purchase order by reference:
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.203-3, Gratuities
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7997 DEV 2016-0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7021, Trade Agreements
DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea

The following clauses are incorporated by full text.  The full text is found in Attachment #2 titled "W912LP-16-Q-6007, Full Text Provisions and Clauses."

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
DFARS 252.211-7003, Item Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

Proposals are due at 10:00 AM (CST) on Tuesday, 13 September 2016, at USPFO-IA, ATTN: CW4 Mark Thompson, 7105 NW 70TH Avenue, Johnston, IA 50131-1824.  Quotes should be submitted via FedBizOpps or by e-mail to CW4 Mark Thompson, [email protected]. Facsimile quotations will not be accepted.  Questions regarding this solicitation may be directed to CW4 Mark Thompson, Contracting Officer at (515) 252-4248, [email protected] or Ms. Brenda McKnight, Contracting Officer at (515) 252-4114, [email protected].

Bid Protests Not Available

Similar Past Bids

Hooksett New hampshire 22 Apr 2021 at 5 PM
Hooksett New hampshire 07 Jun 2021 at 3 PM
Hills Minnesota 20 Sep 2016 at 4 PM
Boone North carolina 05 Aug 2016 at 2 PM