Point Of Contact Not Available
This announcement is a Request for Information,RFI only. The United States Army Corps of Engineers, Afghanistan Engineer District South,USACE-AES is seeking preliminary marketing information from capable and reliable sources for Transportation Services of light-armored vehicles,LAVs and non-armored vehicles in Southern Afghanistan. No formal solicitation exists at this time, but one may be released at a later date depending on the responses received from this sources sought notice. If a solicitation is released at a later date, a Firm Fixed Price contract type is being considered. The Period of Performance will be a base period from 1 October 2011 through 30 September 2012 with a six month option. The proposed requirement is to obtain a total of seventy-six,76 vehicles to include, but not limited to the following: Seven,7 up armored vehicles (fully loaded) full size SUV's similar to Land Cruisers; Thirteen,13 non-armored fully loaded full size SUV's similar to Land Cruisers; and a Fifty four,54 non-armored small pickup trucks similar to Toyota Hiluxes, and two,2 Mid Size Vans - 8 passenger. Locations will include the following: USACE-AES at Kandahar Air Field, KAF, Kandahar Province; Camp Lindsey, Kandahar Province; Forward Operating Bases: Qalat, Zabul Province; Lashkar Gah, Helmand Province; Herat, Herat Province; Tarin Kowt, Uruzgan Province; Spin Buldak, Kandahar Province; Base Smart, Zabul Province, Camp Dwyer, Helmand Province; Farah, Farah Province; Ramrod, Kandahar Province; Camp Tombstone, Helmand Province; Shindand, Herat Province; and Delaram, Nimruz Province. The requirements for the LAVs and non-armored vehicles are as follows: 1) Initial Requirements - Contractor shall provide fully mission-capable LAVs in good mechanical condition, with a preferred model year of 2009 or newer. These requirements shall also pertain to non-armored vehicles and to any replacement vehicles that may be required. LAVs shall be diesel-powered & 4-wheel drive. LAVs shall provide protection IAW the National Institute of Justice (NIJ) Level 3 (B6) protection, this shall include at a minimum: armored against land mines, non-flattening tires and complete cabin protection against 7.625x51mm lead core steel jacket bullets. All LAVs shall contain the following equipment at a minimum: Fire Extinguisher, Red Cross approved First Aid Kit, All-Terrain flat free steel belted spare tires, 2 inflated,full size flat free spare tires, commercial/heavy duty factory installed heating/cooling system, side view mirrors, and seat belts. 2) Maintenance - Contractor shall conduct full vehicle service and inspections on all LAVs and non-armored vehicles to include, but not limited to: schedule and unscheduled maintenance, as well as make any necessary repairs to ensure vehicle availability at all times to support the USACE mission. USACE also will request ATV,Gators/Mules maintenance at all sites for a total of 20 ATVs. The Government will not provide pre-established vehicle service centers,VSCs in Southern Afghanistan. The Contractor shall provide all labor, tools, other than those provided as Government-furnished, supervision, reporting, equipment, materials and other items necessary to perform vehicle maintenance. 3) Quantities - Total vehicle requirement is 76 vehicles. A total of 7 LAVs shall be on site at USACE-AES, KAF beginning 1 October 2011 and no later than 15 October 2011. 13 Non-armored fully loaded full size SUV's shall be on site at USACE-AES, KAF beginning 15 October 2011 and no later than 15 October 2011. 54 non-armored small pickup trucks and 2 Vans shall be on site at USACE-AES, KAF beginning 15 October 2011 and no later than 15 November 2011.
The contractor shall provide the following delivery, quantity and model of vehicles as follows: Seven,7 LAV's; USACE-AES at KAF-3, Camp Lindsey-2, Tarin Kowt - 1, Delaram II - 1, and Shindand - 1. Thirteen (13) Non-armored vehicles; USACE-AES at KAF - 8, Camp Lindsey - 2, Qalat - 1, Helmand - 1, and Herat - 1. Fifty (50) Non-Armored Small Pickup Trucks; USACE-AES at KAF - 30, Camp Lindsey - 4, Tarin Kowt - 2, Qalat - 1, Spin Buldak -1, RAMROD - 1, Helmand - 5, Tombstone - 2, Shindand - 3, and Farah - 1. Vans; USACE-AES at KAF - 2. Maintenance shall be performed at the following sites; USACE-AES at KAF, Camp Lindsey, Tarin Kowt, Qalat, Smart, Spin Boldak, Ramrod, Helmand, Tombstone, Dwyer, Delaram, Heart, Shindand, and Farah. ATV Maintenance shall be considered at all of these sites for a total of twenty,20 ATV's.
Interested offerors must submit a brief but complete Capabilities Statement that demonstrates the company's capabilities to perform those requirements NLT 29 July 2011. The capabilities statement shall also demonstrate the company's ability to provide 7 LAV's, 13 non-armored vehicles, 54 pick-up trucks, 2 vans, and associated required maintenance and inspection services beginning 15 October 2011 continuing until the total vehicle requirement is met.
Respondents must demonstrate knowledge and expertise providing the services identified above in an OCONUS,Outside the Continental United States theatre. Responses must reference the request for information, and contain the respondents commercial and government entity,CAGE code, if available. Please reference each response with the question numbers as follows: 1) Company name, company mailing address, point of contact, telephone number, e-mail address, and size of your organization (i.e. Large Business, Small Business) using as the basis for your response. 2) Provide a limited discussion of how your firm will provide LAV's, non-armored vehicles and maintenance within Southern Afghanistan. 3) Respondents shall provide a list of contracts with current references that can provide past performance information relative to delivery schedule and quality of services provided to an agency within the Department of Defense,DOD, U.S. State Department or other U.S. Government agencies within Afghanistan. Include complete references, contract titles, and dollar values, points of contact, email addresses, and telephone numbers. 4) Provide a limited discussion of the company's ability to offer experience, trained and certified personnel capable of supporting this effort. 5) Provide a limited discussion as to how your firm will provide preventive maintenance service schedules as well as unscheduled maintenance service schedule for each location stated in this announcement within Southern Afghanistan. 6) How many Afghan Local National professionals does your company currently employ or have under subcontract? 7) How long has your company operated in the Afghanistan Theater of Operations? 8) Are there any other factors concerning your company's ability to provide Transportation Services throughout Southern Afghanistan? 9) Is your company a foreign-owned/foreign-controlled firm? 10) Provide a copy of your company's AISA license.
All responses must reference the Sources Sought Notice Number and shall be submitted to Harry W. Shatto @
[email protected]. In addition, a copy of the company's Capabilities Statement will be submitted by electronic mail to:
[email protected], no later than 5:00 PM Kandahar, Afghanistan local time on 29 July 2011. This is a request for information only and your response shall not constitute an offer. This request for information does not commit the Government to pay for any costs incurred to prepare your submission.
Bid Protests Not Available