New Hampshire Bids > Bid Detail

Winter Snow Vehicle Testing Facility

Agency:
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159027632874660
Posted Date: Jan 27, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/3d6131dade...
Follow
Winter Snow Vehicle Testing Facility
Active
Contract Opportunity
Notice ID
W913E524Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 COLD RGNS RSCH ENG LAB
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 27, 2024 03:31 pm CST
  • Original Date Offers Due: Feb 02, 2024 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6930 - OPERATION TRAINING DEVICES
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Hanover , NH 03755
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



The solicitation number W913E524Q0005 is being issued as a Request for Quotation (RFQ).



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06.



The associated North American Industry Classification System (NAICS) code is 531120 – Lessors of Nonresidential Buildings (except Miniwarehouses) was determined to best represent this requirement. The small business size standard is $34M.



This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2.



The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL)’s Force Projection & Sustainment Branch (FPSB) in Hanover, New Hampshire requires a local Contractor (within two driving hours from CRREL’s facility) to provide the rental of a winter snow vehicle testing facility, for up to fifteen (15) days, that has mechanically packed snow, ice, fresh snow, and asphalt testing surfaces of sufficient size to conduct winter vehicle testing of various test vehicles including snowmobiles, large military ATVs, and similar vehicles.



Specifications: The specialized winter testing facility must provide the following:




  • Packed Snow-Covered Surface - a mechanically packed snow testing surface (e.g., by rolling or driving over) of approximately 50’x100’ or more with a run up and slow down area off both ends. Surface must be accessible by a typical 4-wheel drive passenger vehicle, be flat, and free of obstacles.




  • Non-Snow/Ice Surface - 15’ x 75’ smooth asphalt or concrete road surface that is flat and level and free of obstacles and snow.




  • Ice-Covered Surface - an ice surface (by spraying or flooding) of approximately 20’x100’ or more with a run up and slow down area off both ends. Surface must be accessible by a typical 4-wheel drive passenger vehicle, be flat, free of obstacles, and brushed or blown clean of snow.




  • Virgin Snow-Covered Surface -a virgin snow surface of approximately 50’x100’ or more with a run up and slow down area of both ends. Surface should be flat with undisturbed natural snow (whatever has fallen in the region).




  • Packed snow, fresh/virgin snow, and ice surfaces can be constructed over gravel, grass, or asphalt sub surface.




  • Access to a heated building with space to setup computers for data evaluation, teach folks during training, or host visitors for demonstrations. The building should have power for charging equipment.




  • Provide access to on-site bathrooms.




  • Access to on-site covered storage for test equipment during the testing period.




  • Access to heated garage space for thawing out vehicles and for CRREL staff to conduct repairs on-site.




  • Provide access to on-site charging for electric vehicles (level 1, 2 and 3 charging as available).




  • The facility shall be located within 2-hours’ drive of the CRREL facility in Hanover, NH 03755 in order for the CRREL Mobility Team to transport test vehicles to and from the test facility and CRREL on a daily basis. Proximity is required so that modifications to the vehicles may be made in the mobility lab throughout the testing process.




  • The facility shall be available for CRREL to reserve for testing for up to 15 days, provided at daily rental rate units, with at least one contiguous 3-5-day reservation period required for 11-15 March 2024, and the other 10-12 days will be reserved for CRREL onsite work starting in the mid-February extending into March (exact dates to be determined). The period of performance (availability) should close when freezing conditions and snow / ice surfaces are no longer available or no later than 30 April 2024 (whichever comes sooner).




  • Please reference the attached RFQ W913E524Q0005 for full details of the requirement as well as all applicable provisions and clauses.



Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The following factors will be used to determine the most advantageous offeror to the Government: 1) technical capability to provide the requested facility and 2) price.



A technically acceptable quote is one that clearly represents the ability to satisfy the minimum specified requirements outlined in Section C, Description of Requirement (DOR). The basis for award will be an acceptable offer, the price of which may not be the lowest.



FOB Destination: CRREL, Hanover, NH 03755-1920.



Payment Terms: Net 30



Please provide responses to this notice, no later than Friday, 2 February 2024, 12:00 PM, Central Standard Time (CST) to:



Kim.D.Roberson@usace.army.mil



Telephone responses will not be accepted.



*Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE VCCO 72 LYME ROAD
  • HANOVER , NH 03755-1290
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 27, 2024 03:31 pm CSTCombined Synopsis/Solicitation (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 >