The RFP Database
New business relationships start here

Crisis Response Team Vehicle Retrofit


Colorado, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 


SUBJECT: FA2517-19-Q-AA01, SOCNORTH-CRT Vehicle Retrofit


 

Action Code: Combined Synopsis/Solicitation              Contracting Office Address: 135 Dover Street,

Solicitation Number: FA2517-19-Q-AA01                    Suite 2225, Peterson AFB, CO 80914

Description of Product: CRT Vehicle Retrofit             Response Date: 31 July 2019, 10:00 MST               

                                                                                                  Anticipated Award Date:  10 August 2019

Product Code: J025 - Maint/Repair/Rebuild of Equipment-Vehicular Equipment Components

NAICS Code: 811118 - Automotive electrical repair shops


 


 


Two site visits times are scheduled for this requirement.  Site visit attendance is not mandatory but is highly encouraged to understand the requirement:


 

Site Visit #1 is scheduled for 1300 hrs MST, Wednesday, July 17, 2019 @ Peterson Air Force Base, Hangar 140. 


 

Site Visit #2 is scheduled for 1300 hrs MST, Wednesday, July 24, 2019 @ Peterson Air Force Base, Hangar 140.


 

If looking to attend either site visit, please contact Contracting Officer or Contract Specialist to coordinate base access.  


 


In accordance with (IAW) FAR 12.603, Streamlined Solicitation for Commercial Items, the following is submitted for this Request for Quote (RFQ):


 

•(i) 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; proposals are being requested and a written solicitation will not be issued.

 

•(ii) Solicitation FA2517-19-Q-AA01, Crisis Response Team Vehicle Retrofit, is being issued as a RFQ.


 

•(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated 26 October 2018.


 

This effort is being solicited as 100% small business set aside.  The applicable NAICS code is: 811118 Automotive electrical repair shops with a size standard of $7.5M. The proposed contract would be awarded to one vendor as a firm-fixed price commercial contract.


 

•(iv) A list of contract line item number(s), services, quantities, units of measure, unit price, and extended price.


 

Contract Line Item Number (CLIN) Information

 







CLIN



Services



Qty.



Unit



Unit Price



Extended Price






0001




The Contractor shall furnish all labor, travel, material and tools to retrofit CRT vehicle with enhanced communications and power needs IAW the Statement of Work.  POP: completed within 180 days ADC



1



EA




$




$






0002




The Contractor shall furnish all labor, travel, material and tools to retrofit CRT vehicle with enhanced communications and power needs IAW the Statement of Work. POP: completed within 180 days ADC



1



EA




$




$






0003




The Contractor shall furnish all labor, travel, material and tools to retrofit CRT vehicle with enhanced communications and power needs IAW the Statement of Work. POP: completed within 180 days ADC



1



EA




$




$






0004




The Contractor shall furnish all labor, travel, material and tools to retrofit CRT vehicle with enhanced communications and power needs IAW the Statement of Work. POP: completed within 180 days ADC



1



EA




$




$






0005




The Contractor shall furnish all labor, travel, material and tools to retrofit CRT vehicle with enhanced communications and power needs IAW the Statement of Work. POP: completed within 180 days ADC



1



EA




$




$






0006




The Contractor shall furnish all labor, travel, material and tools to retrofit CRT vehicle with enhanced communications and power needs IAW the Statement of Work.  POP: completed within 180 days ADC



1



EA




$




$






 




 



 



 




TOTAL




$








 


 

•(v) The Contractor shall furnish all labor, travel, material and tools to retrofit six (6) CRT vehicles to accept GFE communications gear to include two radios and the install of a three-enclave core system (DTECH M3-EXT Product Family) in a single rack in the rear of the vehicle and re-install empty rack for USG use.  Prepare the vehicle for Crisis Response Team Vehicle (CRTV) for both power and communications for the GFE items to be installed.


 

•(vi) Period of Performance: To provide flexibility in completing each vehicle the POP for each CLIN will be to complete work within 180 days after date of contract award.  Contractor will be able to invoice after completion/delivery of each vehicle.  Location is Peterson AFB, Colorado area. 

 

•(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.


 

                                                                               

•(viii) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

•a.        Technical capability of the item offered to meet the Government requirement. 

•b.       Price


 

•(ix) Additional terms and conditions apply to this solicitation and are found below.


 

•(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition


 

•(xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition


                                                                                               

•(xii) The below fill-in provisions and clauses must be fully completed and submitted with the offeror's quote.  The quote is due via e-mail not later than 31 July 2019, 10:00 MST.


 

•(xiii) For additional information regarding this solicitation please contact the Contract Specialist/Contracting Officer. Please reference the solicitation number in the Subject Line.


 

 


Award will be made using Price and Technical Acceptability as an evaluation approach; the Government will award to the lowest priced offeror that is determined technically acceptable.  If the lowest priced Offeror's technical quote was "unacceptable", the next low Offeror's technical quote would be evaluated, continuing until a Technically Acceptable quote is identified. If the lowest price quote did not receive an "acceptable" technical rating, the Government reserves the right to hold discussions at any time during evaluations. The following factors shall be used to evaluate quotes:


 


Factor I : Price


 


Factor 2: Technical Capability


 


( l) Factor I: Price:


 


The Government will evaluate all quotes for price, ranking the Offerors from lowest to highest total evaluated price.


The lowest priced quotes would then be evaluated for Technical Acceptability. Quotes must have been rated "acceptable" for all technical sub-factors in order to be determined technically "acceptable."


 


(2) Factor 2:  Technical Capability:





Technical Capability will be evaluated on the vendor's ability proposal clearly showing the ability to perform the services stated in the Statement of Work and by holding the certifications necessary to maintain existing system equipment. Quotations that do not meet these requirements will be considered unacceptable and will not be considered for award.


 


The factor will be rated as Acceptable or Unacceptable.


 


Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation.


 


Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation.


 


AWARD PROCESS: The Government will first evaluate all quotes for responsiveness and then rank the Offerors from lowest to highest total evaluated price. The lowest priced quotes would then be evaluated for Factor 2, Technical Acceptability on acceptable/unacceptable basis. The lowest priced offeror who is technically acceptable will receive the award. The award will be made to that offeror without further consideration of any other offerors.


 


 


Point of Contact Information:


 








Contracting Officer




Contract Specialist






TSgt Ryan McConnell




Mr. Blaine Terry






(719) 556-4163




(719) 556- 4044






ryan.mcconnell@us.af.mil




blaine.terry.2@us.af.mil








Ryan McConnell, Contracting Craftsman, Phone 3125564713, Email ryan.mcconnell@us.af.mil - Blaine Terry, Phone 719-556-4044, Email Blaine.Terry.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP