Federal Bid

Last Updated on 08 Jan 2021 at 10 PM
Combined Synopsis/Solicitation
Egg harbor township New jersey

Firetruck Repairs

Solicitation ID W50S8F-21-Q-0001
Posted Date 08 Jan 2021 at 10 PM
Archive Date 13 Feb 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7np Uspfo Activity Njang 177
Agency Department Of Defense
Location Egg harbor township New jersey United states 08234

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement to replace the main water feed pipe from main water tank on a 2003 OshKosh T-1500 with a “Snoozle” boom attachment and dismount/mount customer provided tires on the vehicle. The 177FW intends to award a firm fixed price contract for this requirement.  The North American Classification System (NAICS) code for this acquisition is 811198 and the related size standard is $8M.

Contractor shall furnish all parts, labor, supplies, equipment and transportation necessary to complete the requirement in accordance with the attached PWS and solicitation requirements.  The contractor shall comply with all applicable local (to include NJANG Base regulations), State and Federal Environmental, and Occupational Safety requirements during the performance of this contract.

SET ASIDE & SOCIO-ECONOMIC PROGRAMS

  1. This solicitation is set aside 100% for Small Businesses.

EVALUATION FOR AWARD

  1. Best Value based on Price in conforming with the requirements of the solicitation.
  2. Offerors must have the required experience, equipment, manpower, and resources necessary to complete the attached PWS or the ability to obtain them.
  3. Offeror shall describe the manpower, equipment, and methods that they propose to use to accomplish the project.
  4. The descriptive narrative shall include, but not limited to: describing step by step procedures for repair, equipment proposed, daily rate of production, delivery & hauling of vehicle and/or equipment to and from the site, personnel training, personal experience, utilization of specialty sub-contractors, completed work.
  5. Offeror shall provide any documentation that they wish the Government to consider.
  6. If the offeror proposed an alternate method, they are required to describe how their solution meets the intent of the PWS.
  7. The burden of proof rests on the offeror to demonstrate that they can complete the scope and intent of this project in the time allowed using the proposed means & methods.
  8. Offerors may be required to provide substantiating documentation prior to award.

OFFEROR SUBMISSION REQUIREMENTS:

  1. Offeror MUST submit a Technical Capability Statement as part of their proposal.
  2. Documents shall be no more than two (2) pages.  If an offeror submits more than two (2) pages, only the first two (2) pages will be reviewed.
  3. Offeror shall be an authorized Oshkosh dealer or shall have prior work experience on Oshkosh airfield crash/fire vehicles.
  4. In addition to entering the lump sum on the pricing page on the SF1449, the offeror shall provide an itemized quote as follows:
  • Material Costs
  • Labor (job classification/# hours/rate)
  • Tire Mount/Dismount Costs
  • Equipment Transportation Costs (if work shall be performed off-site)
  • Travel Costs (e.g. Travel Time/Mileage/Tolls)

PERIOD OF PERFORMANCE – 30 days from receipt of equipment

PROVISION AND CLAUSES APPLICABLE TO THIS SOLICITATION: (See attached SF1449)

52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Aug 2020): Offerors shall return a completed copy of this clause with their quote or have the company’s SAM profile updated.     

It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://www.acquisiton.gov/.

Service Contract Act Wage Determination 2015-4189, Rev 15, dated 21 Dec 2020 applies to this acquisition. You can retrieve the wage determination on https://beta.sam.gov/wage-determination/2015-4189/15?index=wd&is_active=true&date_filter_index=0&date_rad_selection=date&wdType=sca&state=NJ&county=16032&page=1 

All firms or individuals responding shall have active registrations in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE), formerly known as Wide Area Workflow (WAWF). Information concerning SAM and PIEE registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/.

Questions shall be submitted via email to [email protected] or [email protected] NLT 12pm EST, 19 January 2021.

Quotes shall be submitted via email to [email protected] and [email protected] NLT 12pm EST, 29 January 2021.

Bid Protests Not Available

Similar Past Bids

Panama city Florida 09 Apr 2021 at 8 PM
Panama city Florida 15 Apr 2021 at 3 PM
Holloman air force base New mexico 22 Feb 2024 at 7 PM
Holloman air force base New mexico 21 Feb 2024 at 9 PM

Similar Opportunities

Quantico Virginia 10 Jul 2025 at 2 PM
Swanton Vermont 11 Jul 2025 at 8 PM
Swanton Vermont 11 Jul 2025 at 8 PM
Swanton Vermont 11 Jul 2025 at 8 PM
Swanton Vermont 11 Jul 2025 at 8 PM