TF- SPARTAN Run Flat Tire Changer_ Trailer Model
Description
REQUIREMENT: This is a commercial supply for acquisition of One (1) Run Flat Tire Changer Machine- Trailer Model within Camp Arifjan, Kuwait City. For further details on Tire changer, refer to the attached Salient Characteristic. SALIENT CHARACTERISTICS (1) Run Flat Tire Changer Machine-Trailer model -Comes with remote-controlled crane for moving heavy tires, -Full Tool Chest on Wheels: Mobile storage for tools and equipment -Air-powered impact lug nut wrench: Quick removal of machine tightened nuts and bolts -A tire changer capable of changing wheel assemblies from a HMMWV to a MAXXPRO that is mounted in a self-contained mobile trailer for enhanced mobility with full tool set required to efficiently and safely remove run-flat systems including tubeless heavy-duty tires. -It must include a remote operated hydraulic lifting capability, Air Compressor, Air Conditioner unit, and Power Generator in order to conduct quick tire maintenance in a military field environment and in any weather. A Trailer Model Run-Flat Changer Machine is a comprehensive solution for armed forces worldwide. This machine is designed to handle rubber and solid run-flat types, compatible with rim sizes ranging from 16 to 27 inches. The machine operates using a radio remote control and joystick system, providing a user-friendly experience. Trailer: 8-meter length, drivable Generator: Enables machine operation anywhere Compressor: For inflating tires Full Tool Chest on Wheels: Mobile storage for tools and equipment Air-powered impact lug nut wrench: Quick removal of machine-tightened nuts and bolts All parts are covered by the 2 years of warranty, except for damage and defects caused by misusage or failure to follow the operation and maintenance instructions. Defects caused by materials, workmanship, and assembly defects will be repaired without any fees during the warranty period. Training, Installation & Testing -On-site installation, usage training, including the machine operation testing service provided by the Contractor. Training duration is 3-4 days, and includes. -Hands-on practice, -Use of electronics, -Use of mechanical parts, and -Prevention of user errors Training will be organized and scheduled once the machine arrives at its destination, and it has been confirmed that the working conditions have been met. Contractor aim is to ensure the machine is functioning effectively and that its users have acquired the necessary skills to operate it before the team leaves the workplace. Upon completion of the training, participants will receive a certificate to acknowledge them successful completion. If there is a need for additional support during the installation, training, or testing phases, the team will extend them stay as necessary. Contractor will be responsible for covering all expenses related to the team's extended stay. INSTRUCTIONS TO QUOTERS: IAW52.212-1; Contractor provide Entity Name, Address, Phone in addition to other information on response page; complete the form in its entirety. Host Nation vendors must be registered in JCCS and have an active SAM (ww.sam.gov)registration prior to the award. An official with the authority to bind to your company contractually must sign and date a quote. Quoters shall insert the per unit price for all priced contract line-item number. The U.S. Government reserves the right to request additional pricing information after receipt and evaluation of quotes. QUOTE: Quoters are required to acknowledge request via E-Mail. Submit your quote via E-Mail by the response deadline date and time. Include any other terms and conditions that would be applicable to an order relating to this request with your response. Quoters agree to hold prices firm for 45 calendar days from the date quote is provided. All quotes must be submitted in USD, the award may be made in USD or the currency of the country where the vendor is SAM.gov registered. Please provide the following information in response to this Request for Quote: 1.) Business Name, SAM.gov CAGE Code and UEI, and JCCS "Vendor ID" 2.) Provide best estimated pricing for the stated requirement. This can be a best estimated Price or a Rough Order of Magnitude. This will inform the Government of how to potentially acquire this requirement. 3.) Provide best estimated delivery, Installation and training schedule No Later Than 30-90 days after contract award to the place of performance (Camp Arifjan, Kuwait). Delivery and Installation/ training of Run flat tire changers machine should be a separate best estimated priced line item. Additionally, explain your company's approach to delivering the item to the final destination, e.g., delivery, Installation, and training phasing plans, logistics, etc. 4.) Provide a 2 year warranty for all Run Flat tire Changer Machine, except for damage and defects caused by misusage or failure to follow the operation and maintenance instructions. Defects caused by materials, workmanship, and assembly defects will be repaired without any fees during the warranty period. 5.) Training, Installation & Testing - On-site installation, usage training, including the machine operation testing service provided by the contractor. Training duration is 3-4 days, and includes: Hands-on practice, Use of electronics, - Use of mechanical parts, and Prevention of user errors. Participant will receive certification upon training Completion. DEFENSE BASE ACT (DBA) INSURANCE: The contractor shall purchase DBA insurance only from carriers that are authorized to provide such coverage by the United States Department of Labor (DoL). This requirement also applies to all subcontractors. The DoL maintains a website that contains a complete list of authorized insurance carriers: http://www.dol.gov/owcp/dlhwc/lscarrier.htm. Carriers authorized to provide DBA insurance are identified with the letters "DB" in the column titled "Acts Covered." The cost of DBA insurance coverage is expected to be a part of the contractor's overhead and included in the fully-burdened price for requested supplies and/or services. DBA will not be separately priced in this contract/order. JCCS Registration: To be eligible for award, all quoters must be registered in the JOINT CONTINGENCY AND EXPEDITIONARY CONTRACTINGSYSTEM (JCCS) at https://www.jccs.gov by the solicitation close date. In addition, all subcontractors at Tier 1 level who will be contracted by the prime (including a U.S. prime contractors) during the life of the contract must be registered in JCCS by the award date or within 30days of contract if unknown at award. Vendors, including subcontractors at the Tier 1 level must input current and authentic copies of the following documents into JCCS to complete the JCCS registration process: 1.) A valid and current Unique Entity Identification (UEI) and/or North Atlantic Treaty Organization, Commercial and Government Entity (NCAGE) code. 2. A current and valid Articles of Association, and/or current Letter of Incorporation. This information is not required if it is a sole proprietor company. 3. A business license to operate in a location issued by that location's government. 4. A Tax Identification Number, trade license, tax clearance letter, commerce license, or alternate but equivalent license exclusively used in that vendor's country. 5. Bank statements containing at least 30 days of transactions that are no older than six (6) months prior to submission date into the designated VTM system. 6. Current and valid photo identification of all owners, and/or board of directors, and all KMPs (chief executive officer, president, vice-president, accountant, contracting manager, security manager, and any other leadership personnel. 7. Place of performance. If place of performance is unavailable or is contingent upon circumstances such as ship repairs, the KO will inform VTM program personnel. The vendor/offeror must submit a listing of all proposed subcontractors to the KO by the close of the solicitation. If no subcontractors are expected to perform during the life of the contract, the prime must submit a negative response to the contracting officer before the award date. Failure to be registered in JCCS at the prime and subcontractor levels and failure to inform the contracting officer of the names of all subcontractors (or provide a negative reply) may deem the vendor/offeror non- responsive and ineligible for award. A "subcontractor" means any supplier, distributor, vendor, or firm (company) that furnishes supplies or services to or for a prime contractor or for another subcontractor."
Files
No files available
Award Information
Not yet awarded
Notice Timeline
Sources Sought
Aug 14, 2025
Place of Performance
KWT
Contacts
Abigail Chukwu
abigail.s.chukwu.mil@army.mil
Brookeyln Nelson
brookelyn.m.nelson.mil@army.mil