Pierce Vehicle Parts and Supplies
ID: M67400-24-Q-0088Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERFPO, AP, 96379-5002, USA

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)
Timeline
    Description

    The Department of Defense, through the Commanding Officer of the Department of the Navy, is seeking proposals for a Blanket Purchase Agreement (BPA) to procure vehicle parts for the Marine Corps Installations Pacific (MCIPAC) at MCB Camp Butler in Okinawa and CATC Camp Fuji in Shizuoka, Japan. Contractors are invited to submit pricing for specified vehicle parts, ensuring compliance with the terms outlined in the solicitation, including the provision of original equipment manufacturer (OEM) parts and competitive pricing. This procurement is critical for maintaining the operational readiness of military vehicles, particularly those used in emergency response and transport operations. Interested vendors must ensure their registration in the System for Award Management (SAM) and submit their proposals, including warranty terms, by the specified deadlines to Minako Kinjo at minako.kinjo.ja@usmc.mil, with an estimated contract value of $500,000 over a five-year period from May 2024 to April 2029.

    Point(s) of Contact
    Minako Kinjo
    (315) 645-7140
    (315) 645-0969
    minako.kinjo.ja@usmc.mil
    Files
    Title
    Posted
    The document consists of a detailed inventory list of parts and components classified under Oshkosh Corporation, primarily used for emergency vehicles and equipment. It contains item descriptions, part numbers, and quantities, illustrating a diverse array of components such as hydraulic cylinders, switches, latches, and electronic devices. Each item is cataloged methodically, reflecting a clear organization by item categories such as safety equipment, mechanical parts, and electrical components. The purpose of such a document serves as a procurement reference for potential suppliers responding to federal and state/local Requests for Proposals (RFPs) related to vehicle maintenance and emergency services. It underscores the necessity for accurate and comprehensive parts availability to ensure maintenance and operational effectiveness of emergency response vehicles. Such listings are vital to meeting regulatory compliance and maintaining high-performance standards in public safety operations, thus facilitating informed decision-making during the procurement process.
    The document outlines a justification and approval for open competition for a Firm-Fixed Price contract with Pierce Manufacturing, Inc. to supply vehicle repair parts specifically for Pierce fire pumper and ladder trucks used by the Marine Corps Installations Pacific (MCIPAC) at Camp Butler and Camp Fuji. The estimated contract value is $500,000 for five years, from May 2024 to April 2029. The rationale for this procurement emphasizes that only Pierce parts are compatible with their proprietary systems, making them the sole source of needed replacement parts. The document details efforts to promote competition and outlines that the product will be publicly advertised in accordance with federal guidelines. It asserts that costs are fair and reasonable, and it specifies that no alternative part suppliers have been successfully verified for compatibility. The contracting office plans to maintain the requirement for Pierce parts due to the absence of equivalent alternatives, ensuring mission effectiveness in support operations. Overall, the approval seeks to facilitate the continued functionality of critical fire fighting equipment while adhering to procurement regulations.
    The document is a combined synopsis/solicitation for a Blanket Purchase Agreement (BPA) to procure vehicle parts for the Marine Corps Installations Pacific (MCIPAC), specifically for installations in Okinawa and Shizuoka, Japan. The procurement is not set aside for small businesses, allowing participation from any responsible source. Vendors are invited to submit their pricing for specified vehicle parts, adhering to terms and conditions outlined in the solicitation. Quoters must ensure their proposals include a certification for original equipment manufacturer (OEM) parts, a price proposal with competitive rates, and warranty terms. The evaluation will prioritize technical capabilities over pricing, and orders may be filled either partially or from multiple vendors to optimize value. The BPA will facilitate a cost-effective means for the government to obtain parts as needed within a five-year period. Delivery expectations include standard and expedited timelines for parts, ensuring compliance with government regulations. Additionally, vendors are responsible for maintaining current registration in the System for Award Management (SAM) and must adhere to specified invoicing and shipping requirements. This initiative demonstrates the government's aim to streamline procurement processes while ensuring reliability and efficiency in supply chains for military operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DELIVERY, RENTAL AND OPERATOR SERVICES FOR BASE SUPPORT VEHICLES AND EQUIPMENT (BSVE) IN THE U.S. COMMANDER FLEET ACTIVITIES YOKOSUKA (CFAY), JAPAN BY 100% NON-RECURRING WORK ITEMS CONTRACT (U.S.NAVAL INSTALLATIONS IN KANTO PLAIN).
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, Far East (NAVFAC FE), is seeking bids for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Delivery, Rental, and Operator Services for Base Support Vehicles and Equipment (BSVE) at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The contract will cover a five-year period and requires the contractor to provide all necessary labor, supervision, and materials, with a minimum guarantee of 2,800,000 JPY for the first year. These services are critical for maintaining operational efficiency and logistics support for U.S. Naval operations in the Kanto Plain area. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ryouhei Shindo at Ryouhei.Shindo.LN@us.navy.mil or by phone at 315-243-7513.
    Multiple Award Task Order Contracts (MATOC) Sustainment, Restoration, and Modernization (SRM) Requirements, Okinawa Japan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is seeking contractors for Multiple Award Task Order Contracts (MATOC) focused on Sustainment, Restoration, and Modernization (SRM) requirements in Okinawa, Japan. The procurement aims to establish indefinite-delivery/indefinite-quantity contracts for a variety of construction tasks, including renovation, maintenance, and repair of U.S. government facilities, with a total program value not to exceed $245 million over a five-year period. This initiative is critical for maintaining and modernizing infrastructure to support military operations in the region. Interested contractors must be licensed to operate in Japan and are encouraged to contact Valeria Fisher at valeria.fisher@usace.army.mil or Jack Letscher at jack.t.letscher@usace.army.mil for further details, with the solicitation expected to be issued between September and October 2024.
    NTV Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps (USMC) Regional Contracting Office at Camp Pendleton, is conducting a Sources Sought/Request for Information (RFI) to identify qualified businesses capable of providing non-tactical vehicle maintenance and repair services for the Southwest Region Fleet Transportation (SWRFT) department. The services will support the management and operational readiness of various equipment across multiple installations, including Marine Corps Base Camp Pendleton and Marine Corps Air Station Miramar, among others. This initiative is crucial for maintaining the operational capabilities of the USMC's fleet, ensuring compliance with safety and environmental standards. Interested parties must submit a capabilities statement by September 27, 2024, at 1:00 PM PST, and can direct inquiries to David Lange at david.lange@usmc.mil or Maria Caceres at maria.caceres@usmc.mil.
    W--PROCUREMENT OF STRAIGHT VEHICLE LEASE SERVICES FOR NCIS FAR EAST FIELD OFFICE, VARIOUS LOCATIONS, JAPAN.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Naval Facilities Engineering Command Far East (NAVFAC FE) is seeking a firm fixed price contract for vehicle lease services in various field offices in Japan. The contractor will provide sedans (4 each), sports utility vehicles (2 each), and vans (3 each) for a base period of 8 months with two one-year option periods. The vehicles must be delivered by September 30, 2019. Interested offerors can access the solicitation on Asia Navy Electronic Commerce Online (AsiaNECO) or Federal Business Opportunities (FBO) websites. Offerors must be registered with the System for Award Management (SAM) to be eligible for a contract award.
    C-130 Maintenance & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for C-130 Maintenance & Repair Services under solicitation number N6264924R0029. The procurement aims to secure comprehensive maintenance services for KC-130J aircraft, including both scheduled and unscheduled maintenance, technical directives, and full supply support, with a maximum contract value of $374,293,250. This contract is critical for ensuring the operational readiness and safety of the KC-130J fleet, which plays a vital role in military logistics and support operations. Interested contractors must submit their proposals electronically by 1600 JST on November 13, 2024, and can direct inquiries to Sara Robinson or Jonathan Groeschel via their provided email addresses.
    Pre-Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Far East, is initiating a pre-solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Design Build (DB) and Design-Bid-Build (DBB) construction services for U.S. Government installations in the Okinawa region of Japan. This procurement aims to establish a Multiple Award Construction Contract (MACC) to facilitate various construction projects, which are critical for maintaining and enhancing military infrastructure in the area. Interested contractors are encouraged to review the attached pre-solicitation notice for further details and to monitor SAM.gov/PIEE for updates regarding the solicitation number. For inquiries, potential bidders can contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil.
    J--Preventative and Remedial Maintenance of Pauli Systems, Inc. Strip and Paint Facility
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking ongoing preventative and remedial maintenance for a Pauli Systems, Inc. portable/mobile paint and media blast booth and RAM 21C-2 (Dry Striping Machine) located at Marine Corps Air Station (MCAS) Futenma, in Ginowan, Okinawa, Japan. The period of performance is tentatively from 27 May 2019 to 26 May 2020 with four one-year option periods. The acquisition will be negotiated on a basis of other than full and open competition as Pauli Systems, Inc. is the only qualified contractor with access to the technical data needed. The solicitation will be posted to the NECO website on or about 14 May 2019 with proposals due by 17 May 2019. A Firm-Fixed Price, Service type contract will be awarded in accordance with FAR parts 12 and 13, Commercial and Simplified Acquisition Procedures.
    Z--Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking Inspection, Maintenance, Repair, and Testing Services for Vertical Transportation Equipment (VTE) at U.S. Marine Corps Air Station Iwakuni, Japan. This service is typically used for ensuring the proper functioning and safety of vertical transportation equipment such as elevators and escalators. The anticipated contract type is a fixed price, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items. The contract period will be for a Basic Period of 12 months and four (4) one-year Option Periods with a planned start date of 01 OCT 2017. Local sources in Japan are eligible to submit proposals, and offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The planned solicitation issuing date is on or about 29 JUN 2017, and interested contractors can access the solicitation from the Asia Navy Electronic Commerce Online (AsiaNECO) website. Interested firms are requested to provide capability statements including company information and contact details. This notice does not constitute a commitment by the Government, and the point of contact for this notice is Ms. Youko Abe, Contract Specialist, at telephone 0827-79-4501, email: youko.abe.ja@usmc.mil, or Ms. Soledad Credo, Contracting Officer at telephone 046-816-7076, email: soledad.credo@fe.navy.mil.
    23--FY 19 Procurement of Vehicles for NAVFAC Far East, Yokosuka, Atsugi, Sasebo, Misawa, and Okinawa
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, NAVFACSYSCOM FAR EAST for the procurement of vehicles for NAVFAC Far East, Yokosuka, Atsugi, Sasebo, Misawa, and Okinawa. The vehicles are typically used for transportation purposes. Please see attached for more details.
    Diesel Utility Vehicles
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking proposals for the procurement of Diesel Utility Vehicles, specifically John Deere Gator models, under Request for Quotation (RFQ) number N0060424Q4104. The solicitation is set aside for small businesses and aims to acquire commercial items, emphasizing the need for durable vehicles suitable for various governmental applications, including maintenance and logistical support. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to provide an authorized dealer letter from the manufacturer, with the evaluation based on the lowest price technically acceptable method. For further inquiries, vendors can contact Scheherezade Roundtree at scheherezade.roundtree.civ@us.navy.mil or by phone at 808-473-7573.