Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2002 FBO #0061
SOLICITATION NOTICE

24 -- Compactor, Landfill

Notice Date
1/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MCAS Iwakuni Contracting Office, PSC 561 Box1872, FPO AP 96310-0029
 
ZIP Code
96310-0029
 
Solicitation Number
M62613-02-T-0098
 
Response Due
3/6/2002
 
Archive Date
4/5/2002
 
Point of Contact
Matsumae Hidetoshi 011816117536859
 
E-Mail Address
Email your questions to Click here to contact the Contracting Officer via email.
(matsumaeh@iwakuni.usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M62613-02-T-0098 applies and is issued as a Request For Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11.The North American Industrial Classification System code is 333319 and the business size standard is NTE 5.0 million. The agency need is for: Item 0001: Qty: 1 Ea. G3250 Compactor, landfill EQUIPMENT SPECI FICATIONS: (1) EQUIPMENT WEIGHT (Transporting weight): No less than 24,600 kg. (2) TOTAL HEIGHT: Not to exceed 3,460 mm without lights mounted on top of cab. (3) TOTAL LENGTH: Approx. 7,520 mm up to front edge of blade. (4) BLADE: Hydraulically controlled power angle/power tilt reinforced steel blade of no less than 4,260 mm (l) x 1,900 mm (h) attached with free-floating mechanism. Tilt adjustment ? No less than 550 mm. Lift above ground ? no less than 1,250 mm. Drop below ground ? No less than 450 mm. (5) WHEELS: Manufacturer?s standard water ballast type metal wheels with high-tensile-strength grouser triangle footers and high-tensile-strength center ring for all four wheels. Opposite patterns for front & rear wheels. (6) PAINT/COLOR: Double coated primer and double-coated color paint. Yellow be the main color. (7) ENGINE: Manufacturer?s standard diesel eng ine with no less than 260 PS. (8) BATTERY: Manufacturer?s standard type with no less than 140 Amp/H in capacity. (9) TRANSMISSION: Manufacturer?s standard two (2) speed forward and two (2) speed reverse transmission and electric transmission control lever. Max. speed no less than 11 km/h. (10) DIFFERENTIAL: Manufacturer?s standard full-time lock differential for front and rear wheels. (11) BRAKES: Manufacturers? standard all hydraulic brakes and emergency brake system. (12) FUEL TANK: No less than 390 liter tank. (13) TURNING RADIUS: Turning radius of approx. 5,820 mm. (14) CLIMBING ABILITY: No less than 25 degree. (15) CAB: Manufacturer?s standard integral ROPS/FOPS all weather, reinforced glass windows cab. (16) AIR CONDITIONER/HEATER: Manufacturer?s standard air conditioner and heater. (17) WINDOW WASHER/WIPER: Manufacturer?s standard front & rear window washers & wipers with front intermittent system. (18) FLOOR MAT: Manufacturer?s standard for operator. (19) SEAT/SEAT BELT: Manufacturer?s standard seat with seat belt. (20) REAR VIEW MIRRORS: Manufacture?s standard rear view mirrors on both sides. (21) UNDERMIRROR: Large size rear under-mirror. (22) ROOM LIGHT: Manufacturer?s standard room light. (23) BEACON LIGHT: Manufacturer?s standard yellow beacon light. (24) SUN VISOR: Manufacturer?s standard sun visor. (25) HORN: Manufacturer?s standard horn. (26) BACK-UP ALARM: Manufacturer?s standard back-up alarm. (27) UNDER-GUARD: Manufacturer?s standard front & rear frame under-guards. (28) AXLE SEAL COVERS: Manufacturer?s standard axle end metal plate seal covers for all wheels. (29) CLEANER BAR: Manufacturer?s standard cleaner bars for all wheels. (30) INSTRUMENT PANEL: Manufacturer?s standard to include hour meter. (31) WORKING LIGHTS: Manufacturer?s standard working lights. (32) TOOLS: Manufacturer?s standard tools. (33) AUDIO: AM/FM radio. (34) Vehicle with visible rusts and a dirty condition shall not be acceptable. 3. SUBMITTALS: a. Warranty and Manuals: (1) One Manufacturer?s standard warranty. Standard Japanese. (2) One Operation manual. Standard Japanese. (3) One Operation manual. English. (4) One Maintenance manual. Standard Japanese. (5) One Parts manual. Standard Japanese. b. Certificate: (1) One Certificate of Transfer with equipment specs (i.e. dimensions, type model, serial number, engine type, engine serial number, etc) (Original). Standard Japanese The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price-related factors considere d. The following factors shall be used to evaluate offers, listed in order of importance: Technical Capabilities, Price, and Warranty. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR 52.211-8 Time of Delivery; FAR 52.225-5 Trade Agreements; DFARS 252.212-7000 Offeror Representation and Certifications-Commercial Items; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. Responsible Offerors must be active in the Central Contractor Registration in accordance with DFARS 252.204-7004. DUNS, TIN and CAGE Code must be written on submitted quote. Offerors must submit their quotes in accordance with FAR 52.212-1. Payment will be made by Electronic Fund Transfer (EFT) via DFAS Yokota, Japan. Desired delivery is 60 days after receipt of order to: FOB Destination to Defense Distribution San Joaquin French Camp Ca, 95231 for vendors quoting within the Continental United States. Otherwise, deliver to: Motor Transport Office, MCAS Iwakuni, Japan FPO AP 96310-1861. Offers can be faxed to 011816117534594 or mailed to the Contracting Office, U.S. Marine Corps Air Station, PSC 561 BOX 1872, FPO AP 96310-0029. Offers must be received no later than 3:00 PM, JST, 28 Feb 02. Questions may be addressed to Matsumae Hidetoshi by email at: matsumaeh@iwakuni.usmc.mil All responsible sources may submit a quote that shall be considered. *****
 
Record
SN20020201/00020800-020130210928 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.