Missouri Bids > Bid Detail

USAMPS Contact Cars Base Plus 2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159970869810571
Posted Date: Feb 21, 2023
Due Date: Mar 20, 2023
Solicitation No: PANMCC23P0000007821
Source: https://sam.gov/opp/6d2ac7bf86...
Follow
USAMPS Contact Cars Base Plus 2
Active
Contract Opportunity
Notice ID
PANMCC23P0000007821
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEONARD WOOD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 21, 2023 02:51 pm CST
  • Original Response Date: Mar 20, 2023 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2310 - PASSENGER MOTOR VEHICLES
  • NAICS Code:
    • 336110 - Automobile and Light Duty Motor Vehicle Manufacturing
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA
Description

SOURCES SOUGHT SYNOPSIS



THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure one hundred twenty-three (123) mid-size or larger four door sedans, (similar to a Ford Taurus, Chevrolet Lumina, Chevrolet Malibu, or Buick LeSabre. These vehicles are required to execute ALETD driver training. This requirement is command directed in support of three approved TRADOC POIs. NOTE: Technical evaluation is attached. NOTE: Vendor provided vehicles will remain with the Government for its lifecycle. Vehicle lifecycle is defined as: until it becomes disable beyond serviceability, damaged beyond repair, incapable of safe operation and unsuitable for training. After the vehicle has reached the end of its lifecycle, the contractor will be notified by email and will be required to remove the vehicle/vehicles within 21 days of email notification from TA210. The vehicles will not be able to roll or move under their own power and will more than likely have damage/missing tires, wheels, axles, spindles, and/or driveline/suspension components. There will be significant damage (to varying degrees) to all exterior and interior body portions. Vehicle fluids will not be drained.



This source sought will be awarded on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 336110 Automobile and Light Motor Vehicle Manufacturing with a size standard of 1,500 employees. The PSC code is 2310 Passenger Motor Vehicle.





A continuing need is anticipated for the 103 of the cars must have automatic transmission and 20 of the cars must have manual transmission. See the specifications below:







Salient Characteristics:





TECHNICAL EVALUATION





103 each Vehicles must have automatic transmission



20 each Vehicles must have manual transmission





13.3 Four door (sedan or station wagon), minimum 108 ¾ inch wheel base. Two wheel drive (front or rear). No all-wheel drive. No four wheel drive.



1.3.4 Air bag system disabled and all air bags removed. This includes seat/curtain airbags.



1.3.5 Electrical system in good working order and charging system must maintain 13.5 VDC. Gauges such as Speedometer and Fuel gauge must function properly. Battery secured to prevent movement or shorting out.



1.3.6 All motor mounts, and transmission mounts must be in place without excessive lunging. Frame/sub-frame without structural damage or rust through.



1.3.7 All suspension components such as sway bars, stabilizer bars, steering linkage, ball joints, shocks/ struts, leaf and coil springs must function reasonably with no more than 1/8 inch of looseness. CV boots must not be torn.



1.3.8 All exterior body panels must be present and attached without sharp protruding edges.



1.3.9 Bumpers must be present and attached. All glass must be present. Cracks cannot impede drivers view. All windows must go up and down properly.



1.3.10 Rear-view and driver’s side-view mirrors (properly attached) are required



1.3.11 Vehicle must have five matching rims, not bent or cracked with proper amount of lug nuts and with non-leaking tires of factory recommended size. No locking lug nuts or hub caps.



1.3.12 The vehicle must be able to move and steer without the tires coming in contact with the vehicle body panels.



1.3.13 All tires will have at least 5/32nd of an inch tread depth with no cords showing or cuts and cracks that contact the cords.



1.3.14 One spare tire, of appropriate size Rim & Tire (not a space-saver), with appropriate tread depth, inflated, and located in the trunk.



1.3.15 Seating for four adults. Seat cushions/pads will not have exposed coils/wires or any other potentially hazardous items and attached as intended from the MFG.



(Patching and seat covers authorized)



1.3.16 Driver’s seat must be adjustable for driver height/size and lock in place when adjusted.



1.3.17 Seat belts (waist and shoulder),are present and in proper working order for four (4) individuals (driver, right front passenger, left rear passenger, right rear passenger)



1.3.18 All doors must function properly, this includes opening and closing, locking and must close as intended by the manufacturer and keys must unlock doors and trunk. Door handles must be OEM.



1.3.19 Hood and trunk lids must function properly and be securable



1.3.20 An ignition key is required to start and stop the engine (turn the ignition/power on and off)



1.3.21 The engine can idle while in park/neutral and all forward/reverse gears



1.3.22 Power steering works properly with no Class III Leakage of fluid great enough to form drops that fall from item being checked/inspected.



1.3.23 Engine cooling system works properly, including fans does not leak and components are secured properly. Coolant must be at least – 20 Fahrenheit.



1.3.24 The vehicle can travel forward at 40 mph and stop by skidding all four tires from 40 mph with ABS inactivated. Vehicle having Antilock brake system is acceptable



1.3.25 The vehicle can travel in reverse at 25 mph (estimated) unless REV limiter



prevents achievable speed.



1.3.26 The vehicle will be absent of MAJOR fluid leaks (Class III) Leakage of fluid great enough to form drops that fall from item being checked/inspected.



1.4.1 The vehicle cannot have any leakage of fuel or brake fluid.



1.4.2 The vehicle will contain at least ¼ tank of fuel with operational fuel cap.



1.4.3 Vehicle is required to have a properly adjusted and functioning (not excessively loud)



Exhaust system to include the exhaust pipe, muffler and tail pipe.



1.4.3.1 The interior portion of the vehicle (passenger compartment) will be clear of any trash, loose items, and/or offensive odors, graffiti, markings or bug/rodent infestations.



1.4.4 The exterior portion of the vehicle will be clear of any loose items, graffiti and/or inappropriate markings.



1.4.5 The trunk portion will be clear of any loose items with the exception of the inflated spare tire. (No jacks)



1.4.6 Vehicles will be generally clean and free of any excessive debris



1.4.7 Windshield defrosting units must operate as intended by the MFG. with working wipers & serviceable blades.



1.4.8 Vehicle heater system is required to operate as intended by the MFG.



1.4.10 Vehicles MUST have legal and transferrable title at time of acceptance



1.4.11 Vehicle must have fully operational brake system as required by the State of Missouri. No metal to metal parts. Brake pads/shoes must have no less than 1/8 inch material.



1.4.12 Vehicle is required to have a viable engine and transmission, no knocking engines or slipping of transmissions.



1.4.13 Vendor provided vehicles will remain with the Government for its life cycle. Vehicle life cycle is defined as: when it becomes disabled beyond serviceability, damaged beyond repair, incapable of safe operation and unsuitable for training. After the vehicle has reached its life cycle, the Contractor will be notified by email and will be required to remove the vehicle/vehicles within 21 days of email notification from TA 210. The vehicles will not be able to roll or move under their own power and will more than likely have damaged/missing tires, wheels, axles, spindles and/or driveline/suspension components. There will be significant damage (to varying degrees) to all exterior and interior body portions. Vehicles fluids will not be drained"





In response to this sources sought, please provide:





1. Name of the firm, point of contact, phone number, email address, System of Awards (SAM) Unique Entity Identification (UEI) code, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.





2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.





Set Aside: Total Small Business





8. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Thomas F. Cavalier at thomas.f.cavalier.civ@ARMY.mil and the Contracting Officer Ms. Alfreda M. Dupont at alfreda.m.dupont2.civ@army.mil in either Microsoft Word or Portable Document Format (PDF) via email on or before 10:00AM Central 20 MARCH 2023.



All data received in response to this Sources Sought that is marked or designated as



Corporate or proprietary will be fully protected from any release outside the



Government.





No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The



Government is not committed nor obligated to pay for the information provided, and



no basis for claims against the Government shall arise because of a response to



this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 8112 NEBRASKA AVE
  • FORT LEONARD WOOD , MO 65473-0140
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 21, 2023 02:51 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >