Full Service Lease -- Reefer Truck -- NAVFAC NW
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jul 01, 2024 08:45 am PDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: Manual
- Updated Inactive Date: Jun 10, 2025
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Full service Lease for one (1) Reefer Truck in support of NAVSUP FLC located on both Puget Sound Naval Base and NBK Bangor. Refer to attached Statement of Work for complete requirement details. This effort is outlined as an RFP due to an error within the PIEE Solicitation module. This effort actually a Request for Quote. The Government may cancel or extend this solicitation without prior notice or warning. A potential offeror is responsible for monitoring the solicitation posting for any updates or status changes. The Government will not reimburse any offeror for any costs incurred in response to this solicitation. An offeror may revise their response to this solicitation at any time during the open solicitation period. The Government will only consider the most recent response received by the solicitation deadline. The offeror is responsible for ensuring that any submissions provided have been received by the Government POC by the given deadline. Any potential offeror shall engage the Government with any questions they may have prior to responding to this solicitation. The deadline to submit questions about this solicitation to the Government is 1 calendar week prior to the close of the solicitation. Any question(s) submitted, and their response may be posted publicly for other interested parties? review. In this event, the originator of the question(s) will remain anonymous. By responding to this solicitation, the offeror is certifying that they can meet the minimum requirements of this effort as communicated by this solicitation and the attached Statement of Work. Please direct all questions/concerns to:
Mr. Chase Traylor
(360) 396-0987
Colton.C.Traylor.Civ@US.Navy.Mil
UPDATE #3 -- 1 JULY 2024
Additional questions and answers, see below:
UPDATE #2 -- 24 JUNE 2024
The SOW has been updated for truck size constraints and has been posted to this listing. Please utilize the SOW dated 24 June 2024. Additionally, please see below questions and responses:
UPDATE #1 -- 17 JUNE 2024
The SOW has been updated for truck size constraints and has been posted to this listing. Please utilize the SOW dated 14 June 2024. Additionally, please see below questions and responses:
Questions and Responses:
1. Given the minimum wheelbase requirement of 200”, are we permitted to offer a 26 ft. refrigerated box truck?
Yes.
2. Should the proposed truck be suitable for CDL or non-CDL drivers?
Non-CDL driver
3. How many hours of refrigeration usage are expected during the first year of operation?
2000 hours
4. What are Info Funding Only Line Items?
These are the line items that the Governemnt will utilize to load fundign to this effort at award. Unfortunately, we could not hide these for the solicitation. Please disregard them when submitting pricing data for this effort.
5. How should we submit the pricing data?
Please submit the bottom line price for the whole year (term of performance). The below outlines the relationship between CLIN and term of performance. Each term is firm fixed price (FFP). Also, please ensure that the pricing data submitted is inclusive of all associated costs and fees. When submitting pricing data, please utilize the Information and Figure sheet attached to this notice.
CLIN 0001 - Base Term
CLIN 1001 - Option Period 1
CLIN 2001 - Option Period 2
CLIN 3001 - Option Period 3
CLIN 4001 - Option Period 4
6. What is the minimum model year accepted for this requirement?
The minimum for the model year accepted is 2022.
7. In the event of extended maintenance does the replacement vehicle have to meet the exact specifications of the primary vehicle?
The replacement vehicle must only meet the minimum specifications outlined in the SOW.
8. The quantity of reefer trucks required?
One (1) reefer truck is required.
9. Where should the reefer truck be delivered?
The place of delivery is Silverdale/Bremerton, WA.
10. Who is the incumbent?
Naval Supply Systems Command (NAVSUP)
11. What is the contract number?
N44255-24-R-4003
12. What is the contract value?
The contract value is based on the contractors pricing.
Contact Information
Primary Point of Contact
- Colton Traylor
- colton.c.traylor.civ@us.navy.mil
- Phone Number (360) 396-0253
Secondary Point of Contact
- Ryan Finley
- ryan.r.finley@navy.mil
- Phone Number (360) 315-0877