Search Contract Opportunities

Fleet Management (GPS)

ID: W911SG-21-Q-0068 • Type: Solicitation

Description

This is a supply requirement to provide vehicle global positioning tracking, installation and service. The services include the equipment, installation, training and monthly tracking service for 48 Fort Bliss vehicles. Vendor shall provide the hardware, installation, training and wireless GPS tracking and fleet management. Provide web-based solution/software capable of viewing all the vehicles equipped with GPS from anywhere within the continental United States. This requirement is in support of the Directorate of Public Works (DPW) at Fort Bliss TX.

Solicitation Number: W911SG-21-Q-0068

Agency: Department of the Army

Office: Mission and Installation Contracting Command (MICC) Fort Bliss

Location: Fort Bliss, Texas

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format is Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation Number: W911SG-21-Q-0068

This notice shall be considered a Request for Quote (RFQ). The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular FAC 2021-06. This requirement is 100% small business set aside and only qualified offerors may submit a quote. The North American Industry Classification System (NAICS) code for this acquisition is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a corresponding Small Business Size Standard of 1,250 employees.

System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award.

Contract Type: The Government contemplates award of the following contract type: Firm-fixed price (FFP).

Period of Performance: Base Year 16 September 2021 to 15 September 2022

Option Year 1 16 September 2022 to 15 September 2023

Option Year 2 16 September 2023 to 15 September 2024

Questions regarding this Request for Quote should be directed to the Contract Specialist and Contracting Officer via e-mail. For this acquisition, the Contract Specialist is Ms. Deserae Long at deserae.d.long.civ@mail.mil and the Contracting Officer is Ricky Brown at ricky.a.brown54.civ@mail.mil. Questions shall be submitted no later than 20 August 2021 at 3:00 P.M. MST, in writing, via e-mail to the Contracting Officer and Contract Specialist.

All quotes shall be received on or before 3:00 P.M. MST on 27 August 2021 via e-mail to the Contracting Officer and Contract Specialist. Only quotes submitted via e-mail to the listed point of contacts will be accepted and evaluated.

The subject of your email shall include your company's legal name, state the nature of your e-mail and include the Solicitation Number W911SG-21-Q-0068. For example Company XXX Question Regarding Solicitation Number W911SG-21-Q-0068. File names shall not have special characters or periods (other than to identify the extension, such as, .pdf, .doc, etc.) as fills may be blocked and deleted by e-mail firewalls.

It is the Contractor's responsibility to ensure completed delivery of questions and/or quotes and attachments; if any.

This RFQ includes the following sections and attachments:

Section1: Commercial Item Terms and Conditions

The offeror must comply with the following commercial item terms and conditions:

Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1.

Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting the quote.

The provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

Offerors are reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer as required in provision 52.212-3.

Option to Extend Services will be included in the price evaluation as follow: As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period .

Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items

Instructions for Submitting Your QUOTE.

1 The Offeror's quote will be evaluated using the criteria under Addendum to Clause 52.212-2, "Evaluation Factors for Award." Noncompliance with the Request for Quote (RFQ) requirements may hamper the Government's ability to properly evaluate the quote and may result in elimination of the quote from further consideration for contract award.

2. Offeror must identify the RFQ number in the Subject Line of the email and should include # of # if multiple emails are required for submission of entire quote. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.

3. If an Offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the Offeror shall immediately notify the Contracting Officer and Contract Specialist in writing with supporting rationale.

4. All referenced documents for this solicitation are available on the SAM website at https://www.sam.gov/. Potential Offerors are encouraged to subscribe for real-time email notifications when information has been posted to the website for this solicitation.

5. The offeror shall include the clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS on the RFQ, and ensure it is thoroughly completed with all blocks in each certification/representation completed truthfully and completely.

6. Statement that the quote shall remain valid for at least 60 days.

7. Provide manufacturer's specification sheet for all products proposed. Quotes will not be considered if detailed specification and manufacturer's specification sheet are not provided. The Government will only consider quotes with information provided and attached documentation. The Government will not make an attempt to locate additional information about the products being proposed.

8. New Equipment ONLY: NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. All items must be TAA compliant.

Addendum to FAR 52.212-2, Evaluation Commercial Items

(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. Award will be made to the offeror with satisfactory past performance whose offer is the lowest priced technically acceptable offer. To be technically acceptable an offer must demonstrate, by descriptive literature or otherwise, that it will comply with all terms and conditions of the solicitation, including all specifications for the tractor/scraper.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The following Provisions and Clauses apply to this solicitation

CLAUSES INCORPORATED BY REFERENCE

52.204-7 System for Award Management OCT 2018

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-13 System for Award Management Maintenance OCT 2018

52.204-16 Commercial and Government Entity Code Reporting JUL 2016

52.204-17Ownership or Control of Offeror AUG 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014

52.204-20 Predecessor of Offeror JUL 2016

52.204-22 Alternative Line Item Proposal JAN 2017

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. JUL 2018

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. DEC 2019

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2019

52.204-26 Covered Telecommunications Equipment or Services--Representation. DEC 2019

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020

52.209-7 Information Regarding Responsibility Matters OCT 2018

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.212-1 Instructions to Offerors--Commercial Items JUN 2020

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.217-5 Evaluation Of Options JUL 1990

52.219-6 Notice Of Total Small Business Set-Aside NOV 2020

52.219-28 Post-Award Small Business Program Rerepresentation NOV 2020

52.222-3 Convict Labor JUN 2003

52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020

52.222-21 Prohibition Of Segregated Facilities APR 2015

52.222-26 Equal Opportunity SEP 2016

52.222-50 Combating Trafficking in Persons JAN 2019

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. DEC 2016

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008

52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013

52.233-1 Disputes MAY 2014

52.233-3 Protest After Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

252.232-7010 Levies on Contract Payments DEC 2006

252.243-7001 Pricing Of Contract Modifications DEC 1991

252.244-7000 Subcontracts for Commercial Items JUN 2013

252.246-7008 Sources of Electronic Parts MAY 2018

Overview

Response Deadline
Aug. 27, 2021, 5:00 p.m. EDT Past Due
Posted
Aug. 18, 2021, 11:36 a.m. EDT (updated: Aug. 23, 2021, 5:51 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Fort Bliss, TX 79916 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
99% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/18/21 MICC Fort Bliss issued Solicitation W911SG-21-Q-0068 for Fleet Management (GPS) due 8/27/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334220 (SBA Size Standard 1250 Employees) and PSC 5825.
Primary Contact
Name
Deserae D. Long   Profile
Phone
(915) 568-2247

Secondary Contact

Name
Ricky Brown   Profile
Phone
(915) 568-7607

Documents

Posted documents for Solicitation W911SG-21-Q-0068

Question & Answer

Contract Awards

Prime contracts awarded through Solicitation W911SG-21-Q-0068

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W911SG-21-Q-0068

Similar Active Opportunities

Open contract opportunities similar to Solicitation W911SG-21-Q-0068

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W911SG
Source Organization Code
500036829
Last Updated
Sept. 11, 2021
Last Updated By
deserae.d.long.civ@mail.mil
Archive Date
Sept. 11, 2021