Maryland Bids > Bid Detail

Box Truck Lease

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159841544323516
Posted Date: Jun 23, 2023
Due Date: Jun 29, 2023
Solicitation No: SourcesSoughtFY230007
Source: https://sam.gov/opp/72dadd1c60...
Follow
Box Truck Lease
Active
Contract Opportunity
Notice ID
SourcesSoughtFY230007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA2860 316 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 22, 2023 10:46 am EDT
  • Original Response Date: Jun 29, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W023 - LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code:
    • 532120 - Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
  • Place of Performance:
    JB Andrews , MD 20762
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 532120.



The purpose of this specification is to provide two (2) white 350 size trucks, with a cutaway for a 15 foot box. Standard equipment for engine and interior. Also require an underbody stowed loading ramp for a period of four years with one-year renewal option period in accordance with this Performance Work Statement. These vehicles shall be used in support of the 775 EAEF Aeromedical Evacuation mission at Joint Base Andrews. These vehicles must be manufactured in accordance with all State of Maryland, the United States Department of Transportation, Interstate Commerce Commission Regulations and Federal Motor Vehicle Safety Standards.



PWS is attached.



Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings.



Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, womanowned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.



All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: andrew.paquin.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 29 June 2023 @ 1430.



Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 22, 2023 10:46 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >