Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

K -- Refurbish and Convert Four-Door Enclosed Crew Cab of Two Fire Trucks

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 PO Box 1609 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068102TTELE
 
Response Due
6/14/2002
 
Archive Date
7/14/2002
 
Point of Contact
Patty Langdon 7607258131
 
Description
This is a combined synopsis/solicitation for the one time conversion and refurbishment of two Pierce Arrow fire truck four-door enclosed crew cabs. The solicitation number is M00681-02-T-0265. This procurement is conducted in accordance with FAR Part 13 - Simplified Acquisition Procedures and FAR Part 12 ? Acquisition of Commercial Items. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and Defense Acquisition Circular 91-13. This solicitation is not restricted regarding business size. NAICS code 336211. All fabricated components used to modify the cabs shall be fabricated to be compatible with the origi nal equipment, as manufactured by Pierce Manufacturing. Time is of the essence to ensure full compliment of fire trucks aboard Camp Pendleton during this fire season. A description of the required work is as follows: PIERCE ARROW E3679-07: The existing cab shall be modified into a four-door enclosed crew cab design. Work shall include removal of cab spotlights, removal of glass behind the seats to jump seats, add cab jump seat sliding crew windows, possible repair or replacement of front cab doors, removal of mirrors from cab doors and install remote mirrors, radiator re-cored, cab heater-defroster replaced, two fold up seats added to rear wall, provide SCBA crew cab seating upholstered in black leather grain vinyl and to include air bottle holders, install three wheel well B/A bottle compartments at the rear wheel well, install two roof vents in crew cab, provide an alte rnator, provide a 6-station intercom system, provide perimeter scene lights to the cab and body of the vehicle, repair/replace compartment lighting as necessary, provide emergency response lighting, install a traffic advisor, install an aluminum hose bed cover, install a front jump line box, perform a complete pump overhaul, drain valves, replace front suction valve, rebuild pump valves, overhaul relief valve, repair/replace master vacuum and pressure gauges as necessary, replace front seats, replace water tank, replace foam tank, repair/replace water level gauges and foam level gauges as necessary, paint exterior body and cab, and paint interior compartment, provide reflective striping add graphics and lettering to match existing. PIERCE ARROW E3679-04: Perform same modifications as with Pierce Arrow E3679-07 with the following additional work to be performed: Install a new Pierce Arrow front grill and air tunnel; replace engine and provide an engine blanket, overhaul transmission and perform dynamometer test. The contractor must be certified to repair/replace Pierce brand equipment and will be required to supply all parts, labor, material, and required travel expenses, to perform the repairs, modifications and conversions to the apparatus. The contractor is also responsible for acquiring existing vehicle blue prints/diagrams from Pierce Manufacturing. All work will be conducted at the Contractor?s site. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation, will be considered the best value to the Government. The following factors shall be used to evaluate quotes: technical, past performance, price and delivery time. Interested parties should contact the Camp Pendleton Fire Department, Ms. Karen Payne at 760.725.6991 to attend the scheduled site visit for inspection of the vehicles. Site Visit shall be conducted on June 7, 2002 at 9:00 a.m. A quotation for this work shall then be submitted via mail to the Regional Contracting Office SW, Attn: Patty Langdon, P.O. Box 1609, Oceanside, CA 92051 or hand carried to the Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. The quotation shall include a proposed price for the conversion and refurbishment of the two crew cabs described above, as well as the required certifications and representations described below. The quotation selected for award shall be incorporated into the resulting contract award document. The following FAR Clauses/Provisions apply: 52.203- 3, Gratuities, 52-212-1, Instructions to Offerors ? Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.222-41. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Quoters responding to this announcement must provide the information contained in 52.21 2-3, Offeror Representations and Certifications - Commercial Items with their offer. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/ amendments and be considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 14 June 2002, at 2:00 p.m. PST . All responsible sources in compliance with the above may submit a quote that will be considered.
 
Web Link
Click here to contact the Contracting Officer
(http://www.eps.gov/spg/USN/USMC/M00681/M0068102TTELE/langdonpl@pendleton.usmc.mil)
 
Record
SN00086245-W 20020602/020531213500 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.