W911YP24R0015 – Sources Sought – Trailer Gooseneck Modification or Replacement

May 2, 2024 | Sources Sought

Sources Sought Notice:  W911YP24R0015

Agency/Office:  Utah Army National Guard / USPFO

Delivery Location:  Utah Army National Guard, 12953 South Minuteman Drive, Draper, UT  84020

Subject:  Gooseneck Modification/Replacement on Three Existing Trailers

Response Due Date: 1:00 PM Mountain 15 May 2024

Contracting POC: Otha Henderson; Email:  [email protected] .

Description:

The United States Property and Fiscal Office (USPFO) for Utah, Purchasing and Contracting is seeking sources to conduct gooseneck modification on three existing trailers.

Contracting office address: Utah National Guard, USPFO-UT, Purchasing and Contracting, 12953 South Minuteman Drive, Draper, UT  84020.

This is a sources sought notice to determine the availability and technical capability of small businesses (to include the following subsets, Small Disadvantaged Businesses (SDB), HubZONE, Certified 8(a), Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Woman Owned Small Businesses) to provide gooseneck modification on three existing trailers located at the Utah Army National Guard, 12953 South Minuteman Drive, Draper, UT  84020.

Disclaimer:

This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract or BPA as a result of this announcement. Any information submitted by respondents to this notice is considered voluntary.

Required Capabilities:

Interested offerors are requested to submit a maximum ten (10) page statement of their company’s capabilities and expertise with respect to the following:

1. Capability of the Contractor to provide supervision, all labor, tools, materials, equipment, and incidentals required to conduct the trailer gooseneck modification/replacement in accordance with the attached salient characteristics.

2. Any other relevant information that is not listed herein which the government should consider in developing its minimum specifications and finalizing its market research.

Sources Sought:

The anticipated North American Classification System Code (NAICS) for this requirement is 336212, Truck Trailer Manufacturing, with the small business size standard being 1,000 employees. This Sources Sought Synopsis is requesting responses to the following criteria only from small businesses that can provided the required services under the NAICS Code identified.

The current intent is to is to award a firm-fixed price (FFP) commercial purchase order for the trailer gooseneck modification/replacement. 

To assist the USPFO-UT P&C Office in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use Joint Venturing (JV) or partnering to meet this requirement. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. 

In order to make a determination for a small business set-aside, two or more qualified and capable small business concerns must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the limitations on subcontracting clause, FAR 52.219-14.

Submission Details:

Responses should include:

1) Business name and address

2) Name of company representative and their business title

3) Type of Small Business

4) Cage Code

5) Contract vehicles that may be available to the government for this procurement, to include any other government agency contract vehicles. (This information is for market research only and does not preclude your company from responding to this notice.)

Contractors who wish to respond to this notice should send responses via email NLT 15 May 2024, 1:00pm (Mountain) to [email protected]. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to fill this requirement. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become government property and will not be returned. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. 

Provisions/Clauses:

The following provisions and clauses are applicable to this solicitation and are incorporated by reference:

FAR 52.204-7 – System for Award Management

FAR 52.204-9 – Personal Identity Verification of Contractor Personnel

FAR 52.204-16 – Commercial and Government Entity Code Reporting

FAR 52.204-18 – Commercial and Government Entity Code Maintenance

FAR 52.204-19 – Incorporation by Reference of Representations and Certifications

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation

FAR 52.204-27 – Prohibition on a ByteDance Covered Application

FAR 52.204-29 – Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure

FAR 52.204-30 – Federal Acquisition Supply Chain Security Act Orders-Prohibition
FAR 52.209-6 – Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services
FAR 52.212-4 – Contract Terms and Conditions-Commercial Products and Commercial Services

FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statues May 2022 or Executive Orders
FAR 52.219-1 – Small Business Program Representation
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Equal Opportunity for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification

FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications

FAR 52.232-1 – Payments

FAR 52.232-18 – Availability of Funds

FAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management

FAR 52.232-39 – Unenforceability of Unauthorized Obligations

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 – Disputes

FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.243-1 – Changes-Fixed Price

FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)

FAR 52.252-1 – Solicitation Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7017 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)

DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.211-7003 – Item Unique Identification and Valuation

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime

DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation

DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region        
DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.239-7017 – Notice of Supply Chain Risk

DFARS 252.239-7018 – Supply Chain Risk

DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.244-7000 – Subcontracts for Commercial Items

DFARS 252.247-7023 – Transportation of Supplies by Sea

FAR 52.252-2 – Clauses Incorporated by Reference.  This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:  HTTPS://WWW.ACQUISITION.GOV.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.