Closed Solicitation · DEPT OF DEFENSE

    FULL SERVICE LEASE -- REEFER TRUCK -- NAVFAC NW

    Sol. N4425524R4003SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SILVERDALE, WA
    Closed
    STATUS
    Closed
    closed Jul 2, 2024
    POSTED
    Jun 25, 2024
    Publication date
    NAICS CODE
    532120
    Primary industry classification
    PSC CODE
    W023
    Product & service classification

    AI Summary

    The Department of Defense, Department of the Navy, Naval Facilities Engineering Systems Command Northwest (NAVFAC NW) is seeking a full-service lease for one Reefer Truck to support NAVSUP FLC operations at Puget Sound Naval Base and NBK Bangor. The contract is set to expire on July 2, 2024, at 12:00 PM PDT. Interested parties should refer to the attached Statement of Work for detailed requirements. Note that this opportunity is issued as a Request for Quote due to a system error. The Government reserves the right to cancel or extend this solicitation.

    Contract details

    Solicitation No.
    N4425524R4003
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    June 25, 2024
    Response Deadline
    July 2, 2024
    NAICS Code
    532120AI guide
    PSC / Class Code
    W023
    Contract Code
    1700
    Primary Contact
    Colton Traylor
    State
    WA
    ZIP Code
    98315-1101

    Award information

    Awardee
    null
    Award Date

    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 #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.

    Key dates

    1. June 25, 2024Posted Date
    2. July 2, 2024Proposals / Responses Due

    Frequently asked questions

    FULL SERVICE LEASE -- REEFER TRUCK -- NAVFAC NW is a federal contract award from DEPT OF DEFENSE. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.