Power-Take-Off (PTO) Clutch assembly is needed for a OshKosh Striker 1500AFS Fire Truck.
ITEM CHARACTERISTICS:
1. Item – PTO Clutch - The Contractor shall provide a Power Take Off (PTO) Clutch that meets or exceeds the following characteristics; unless otherwise noted, attributes shall exist within or be provided directly from the laptop enclosure.
a. Attribute(s): Components & Capabilities
i. Will be compatible with an OshKosh Striker 1500AFS, VIN Number 10TBKAK196S085721.
ii. Will be new and or rebuilt to manufacturer specifications.
iii. Will be part # FC413-002 or equal.
iv. Will be warrantied as per manufacturer guidelines.
v. Will be shipped free of defects.
vi. Item will be delivered within 30 days of contract award.
ADDENDUM52.212-1, Instructions to Offerors—Commercial Products and Commercial Services. (Sep 2023)
1. Submission of offers:
1.1 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. (IAW FAR 52.212-2 and Attachment: Addendum - 52.212-2, Evaluation).
1.2 By submission of its offer, the offeror consents to all solicitation requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors.
1.2.1 Failure to meet a requirement may result in an offer being determined to be non-responsive.
1.3 Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation.
1.3.1 Offers may be submitted on the Combined Synopsis/Solicitation (as applicable), Vendor Letterhead Stationery, or as otherwise specified in the solicitation.
1.4 At a minimum, offers must show:
1.4.1 The solicitation number;
1.4.2 The time specified in the solicitation for receipt of offers;
1.4.3 The Offeror’s name, address, and phone number; (Both Company and Representative)
1.4.4 A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
1.4.5 Terms of any express warranty;
1.4.6 Price Breakdown of requested items as outlined in the solicitation and/or any attachments.
1.5.7 Price and any discount terms;
1.5.8 “Remit to" address, if different than mailing address;
1.5.9 SAM.gov Information: (validate that SAM.gov registration is current)
1. A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
2. Cage Code: (Mandatory)
3. DUNS: (Optional)
1.4.10 Acknowledgment of Solicitation Amendments;
1.4.11 Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
1.4.12 If the offer is not submitted on the Combined Synopsis/Solicitation, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
1.4.13 Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
1.5 Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
1.5.1 Vendors may, at their discretion, provide additional time.
1.5.2 Offers must clearly show the expiration date of the offer, whether it is the 30 day minimum, or as outlined in 1.5.1 above.
ADDENDUM 52.212-2, Evaluation—Commercial Products and Commercial Services. (Nov 2021)
1. 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. The following factors shall be used to evaluate offers:
1. Price.
2. Technical Capability.
3. Lead time/Calendar Days.
2. By submission of its offer, the offeror agrees to abide by all terms, conditions, and provisions included in the solicitation. Offers/Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be considered non-responsive and/or excluded from consideration. (IAW 52.212-1)
3. Technical and past performance, when combined, are considered equal in importance.
4. Evaluation Factors and Process Defined:
4. 1 First, the Government shall rank all responsive offers by lowest price.
4.1.1 An offeror’s total evaluated price will include the total of all Contract Line Items as outlined in this solicitation or any associated attachments.
4.1.2 The Government reserves the right to deem an offeror's overall quotation to be unresponsive in the event that incomplete, unreasonable, or unbalanced pricing is submitted.
4.2 Second, the Government will conduct a Technical Evaluation, starting with the lowest priced evaluated responsive offer, to determine if they are “Acceptable” or “Unacceptable,” based on the offer/offeror meeting requirements as outlined in the solicitation or any associated attachments.
4.2.1 “Acceptable” means: the description DOES meet the specifications of the items described in the Salient Characteristics, Performance Work Statement (PWS), or associated attachments.
4.2.2 “Unacceptable” means: the description DOES NOT meet the specifications described in the Salient Characteristics, Performance Work Statement (PWS), or associated attachments. An unacceptable technical description will result in offer/offeror being removed from further consideration.
4.2.3 The Technical Evaluation processing of offers will continue (in order by price) until the Government determines that at least three (3) offerors are determined to have an “Acceptable” technical rating.
4.2.3.1 If there are less than 3 offers/offerors, the Government will perform a Technical Evaluation on ALL offers/offerors.
4.2.3.2 If no offer/offeror is determined to be “Acceptable,” then no award will be made, and the Contracting Officer will re-evaluate the requirement.
4.3 Third, once the requisite number of offers/offerors have been evaluated for both Price and Technical Capability, the Government will evaluate lead time and make an award to the offer/offeror. This offer/offeror represents the best value to the Government.
5. The Government reserves the right to communicate with all, some, or none of the offerors to address any issues, if necessary. The Government also reserves the right not to select a contractor, depending on the quality of the offers/offerors submitted and the availability of funds.
6. 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.
also see the following attachments:
SPECS - PTO Clutch
Instructions to Offeror - PTO Clutch
Evaluation - PTO Clutch
ComboSol - PTO Clutch