SOURCES SOUGHT – TACTICAL VEHICLE REFURBISHMENT AND MAINTENANCE BLANKET PURCHASE AGREEMENTS(BPA)
General Information
- Contract Opportunity Type: Special Notice (Updated)
- Updated Published Date: Jun 03, 2024 05:14 pm EDT
- Original Published Date: May 14, 2024 09:32 am EDT
- Updated Response Date: Jun 25, 2024 04:00 pm EDT
- Original Response Date: Jun 04, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jul 10, 2024
- Original Inactive Date: Jun 19, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J025 - MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS
- NAICS Code:
- 811111 - General Automotive Repair
- Place of Performance:
Description
AMENDMENT 0001:
The purpose of this amendment is to it to add the attached updated uncontrolled CDRLs, the previous ones can all be deleted and to extend the closing date until June 25th.
ORIGINAL POSTING:
N0016424SNB79 – SOURCES SOUGHT – TACTICAL VEHICLE REFURBISHMENT AND MAINTENANCE BLANKET PURCHASE AGREEMENTS(BPA) – PSC J025 – NAICS 811111
Issue Date: 14 May 2024 – Closing Date: 04 June 2024 – 4:00PM EST
The Naval Surface Warfare Center, Crane Division (NSWC-CR) is issuing this Sources Sought as part of a market survey to determine the availability of sources to provide Tactical Vehicle Refurbishment and Maintenance. NSWC-CR has been tasked with procuring maintenance and up to, and including, Inspect or Repair Only As Necessary (IROAN) will be performed on the following vehicles, but not limited to: Bearcats and BEAR.
This Sources Sought is in accordance with Federal Acquisition Regulation FAR 13.303, Blanket Purchase Agreements, as supplemented by Department of Defense and Navy regulations and policies as well as the additional information included in this notice.
Business concerns that are interested in becoming a prospective vendor on the BPA shall submit an Industry Capabilities Statement demonstrating the capabilities and expertise required to perform the effort specified within the attached Statement of Work (SOW), as well as firmed fixed pricing including parts and labor based on the attached mandatory parts list.
The awards issued will incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation (FAR) and Department of Defense FAR (DFARS).
Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Quote (RFQ). It is the government’s intent to award Multiple BPAs as a result of this notice. In addition, no entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this Sources Sought and the Government's use of such information.
The requirement is open to all business concerns, however in accordance with FAR 19.501, it is the Government’s intent to establish BPA’s with small business concerns.
Due to Inspection requirements, Contractor facility shall be located within a 50 mile radius of NSWC Crane IN 47522.
Interested parties must be properly registered in the System for Award Management (SAM) and may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.
Written responses shall be submitted via e-mail to the point of contact listed below by the closing date. Jilda Tow at jilda.e.tow.civ@us.navy.mil. The subject line of the email should include the Sources Sought number (N0016424SNB79)
RESPONSES SHALL INCLUDE THE FOLLOWING:
Submitter's Name
Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Telephone
Contractor Facility Location address (50 mile radius)
CAGE Code
Capabilities Statement and Fixed pricing
All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
Attachments
Statement of Work
Mandatory Parts List
CDRLS
BPA Instructions
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Jilda Tow
- jilda.e.tow.civ@us.navy.mil
Secondary Point of Contact
History
- Jul 10, 2024 11:55 pm EDTSpecial Notice (Updated)
- May 30, 2024 03:39 pm EDTSpecial Notice (Updated)
- May 14, 2024 09:32 am EDTSpecial Notice (Original)