Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2002 FBO #0123
SOLICITATION NOTICE

23 -- Truck/Van

Notice Date
4/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
M67400 MCB Camp Smedley D. Butler PSC 577, Box 2000, Bldg #355 Okinawa, Japan FPO AP, NA
 
ZIP Code
00000
 
Solicitation Number
M6740002T0352
 
Response Due
5/11/2002
 
Archive Date
6/10/2002
 
Point of Contact
Satomi Abe 011816117458540 Marylani Grant 011816117458584
 
E-Mail Address
Email your questions to Click here to contact the Contracting Officer via email
(abes@mcbbutler.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 M67400-02-T-0352 applies and is issued as a Request For Quote. Descriptive literature must accompany quote, see clause 52.214-21 Descriptive Literature. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Acquisition Circular 91-13. DPAS Rating is DO-C9E. The North American Industrial Classification System code is 421110 and the business size standa rd is NTE 5.0 million. This procurement constitutes Item 0001 through Item 0004. Item 0001: 1 each of 2-ton Truck, Item 0002: 4 each of 3-ton Truck, Item 0003: 1 each of 4-ton Truck, Item 0004: 2 each of 10-ton Semi-Tractor. The Specifications and the Government requirements common to the 4 types of vehicles are described as follows. VEHICLE SPECIFICATION: 1.Transmission: Manufacturer's standard manual transmission. 2. Power Steering with steering column on right side of vehicle for left side of road operation. Steering conversion kits of any kind are not acceptable. 3. Driver front SRS Air bag. 4. Exterior Color: Manufacturer's standard white. 5. Seat: Manufacturer's standard. 6. Tires: Manufacturer's standard . 7. Brake system: Manufacturers standard type. 8. Standard factory Air conditioning/Heater/Defroster: shall be equipped with manufacturer's standard air conditioning system. 9. AM/FM radio: The original equipment manufacturer's standard AM/FM radio with clock shall be provided. 10. Battery: Heavy duty. 11. Seating capacity: 3-passenger. (Item 0001 through Item 0003) CARGO BOX COMPARTMENT MINIMUM REQUIREMENT (for Item 0001 through Item 0003) 1. Cargo compartment be capable of open wing type. 2. Cargo compartment floor/interior: Waterproof plywood. 3. Standard dual rear doors. REQUIREMENTS OF GOVERNMENT OF JAPAN SAFETY STANDARD: 1. Headlights adjusted for left side of road operation. 2. Horn: The manufacturer's standard electric horn shall be furnished. 3. Windshield wipers with washer: The vehicle shall be equipped with dual windshield wipers and windshield washers. 4. Back-up warning alarm: shall be provided with audible, signaling device to caution personnel when the vehicle is in rev erse gear operation. 5. Turn signal lights must be amber in color. Turn signal must be separate from stoplights. 6. Stoplights must be red in color and separate from turn signal. 7. Rear view mirrors: shall be mounted on both side of the cab. 8. Pollution devices to control emissions from engine crankcase and exhaust. 9. Four-way flasher combined with turn signals. 10. Safety glass installed in all the vehicle windows. 11. Seat belts for vehicle operator and all passengers. 12. Emergency flare and triangle reflectors. 13. Side guard protection for both side. STANDARD REQUIREMENTS FOR ALL VEHICLES: 1. Each vehicle is to have a spare tire and all standard jacks and tools required for changing tires. 2. Fire extinguisher, 5lb multipurpose dry chemical shall be provided for each vehicle. PREDELIVERY INSPECTION AND SERVICING: Prior to the accep tance of the vehicle(s), the contractor, at his plant or at an authorized dealership of the same make, shall perform final predelivery inspection. WARRANTY: 1. Standard commercial warranty is required. 2. All warranty service and repair parts must be available on the island of Okinawa, Japan. 3. The contractor shall provide transportation to the Government site for warranty/service work CORROSION CONTROL: 1. Rust proofing treatment to be done with Ziebart product or equal anti-corrosion product. 2. Internal hidden crevices, panels and beams will be treated with anti corrosion material. 3. Undersides and undercarriage will be treated with black undercoating material. Finished material will not be tacky, sticky or smear to the touch. 4. Exterior area roof will be treated with paint protection. REQUIREME NT OF MANUALS: 1. One (1) Japanese operation manual for each vehicle. 2. One (1) Japanese parts manual for the type of vehicle. 3. One (1) Japanese repair manual for the type of vehicle. 4. One (1) copy of warranty for each vehicle. 5. One (1) certificate of origin for each vehicle. The specifications unique to each Items are described as follows. Item 0001: Qty: 1 Each, 2-ton Van, Truck, Wing type, Aluminum Outside Panel, 2WD, Diesel Engine Minimum Horsepower of 123 PS, Maximum Load Capacity of 2-ton, Cargo Box Compartment Size: 4,235mm Length, 1,790mm Width, 1,850mm Height. U/P:___________T/P:____________. Item 0002: Qty: 4 Each, 3-ton Van, Truck, Wing type, Aluminum Outside Panel, 2WD, Diesel Engine Minimum Horsepower of 155PS, Maximum Load Capacity of 3-ton, Cargo Box Compartment Size: 5,020mm Length, 2,090mm Width, 1,950mm Height. U/P: ___________ T/P: _______ ____. Item 0003: Qty: 1 Each, 4-ton Van, Truck, Wing type, Aluminum Outside Panel, 2WD, Diesel Engine Minimum Horsepower of 180PS, Maximum Load Capacity of 4-ton, Gross Vehicle Weight (GVW): 8-ton, Cargo Box Compartment size: 5,310mm Length, 2,160mm Width, 2,210mm Height. U/P: __________ T/P: ____________. Item 0004: Qty: 2 Each, 10-ton Semi-Tractor, Single Axle, 4X2, Air Suspension, Full Cab, Standard Roof, Diesel, Maximum Fifth Wheel Load Capacity: 10ton, Maximum Horse Power: 400PS (294kW), Minimum Wheel Base: 3,160mm, Manufacturer?s Standard Rear Air Suspension, Brake System: Manufacturers Standard Anti-Lock brake System (ABS). U/P: __________ T/P: ____________. 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-Commerc ial Items; FAR 52.212-2 Evaluation-Commercial Items, Lowest Price Technically Acceptable; The Government will award a contract resulting from this solicitation to the responsible offeror on the basis of ?the lowest evaluated price ? of quotes meeting or exceeding the acceptability standards of the technical specifications and the other Government requirements mentioned above. 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 52.211-9 Desired and Required Time of Delivery; FAR 52.214-21 Descriptive Literature; FAR 52.214-34 Submission of offers in the English Language; FAR 52.233-2 Service of Protest; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orde rs Applicable to Defense Acquisitions of Commercial Items. Offeror shall provide completed copies of FAR 52.212-3 and descriptive literature 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. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. 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: MCB, Base Motor Transport, Okinawa Japan FPO AP 96373-5001. Offers can be faxed to 011816117450959 or mailed to the Contracting Office, U.S. Marine Corps RCO, MCB CAMP S. D. BUTLER, PSC 557 BOX 2000, FPO AP 96379-2000. Offers must be received no later than 3:00 PM, JST, 11 May 02. Questions may be addressed to Abe Satomi, or Marylani Grant email at: abes@mcbbutler.usmc.mil, or grantmc@mcbbutler.usmc.mil. All responsible sources may submit a quote that shall be considered. *****
 
Web Link
http://rco.mcbbutler.mil
(http://rco.mcbbutler.mil)
 
Record
SN00052297-W 20020404/020402213337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.