Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

39 -- Hydraulic Lifts

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
ACD-2-Q-0031
 
Point of Contact
Julian Stephens, Contract Specialist, Phone 214 905 5392, X 4, Fax 214 905 5568, - Sally Arnold, Program Analyst, Phone 214-905-5392, X2, Fax 214-905-5568,
 
E-Mail Address
julian.m.stephens@usdoj.gov, sally.arnold@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Immigration and Naturalization Service, Dallas, Texas is issuing 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 announcement constitutes the only solicitation; quotations are being requested and a written Solicitation will not be issued. Solicitation ACD-2-Q-0031 is being issued as a Request for Quotation for this item. The solicitation document and incorporated provisions and clauses are those in effect through FAC-01-09. This is a 100% SET-ASIDE for small business with a NAICS code of 333924, and a small business size standard of 750 employees. A single award will be made. Delivery: 60 days After Receipt of Order (ARO); Required Delivery: 90 days ARO, Contract Line Item Number (CLIN): 0001, Hydraulic Z-Lift. 5 Each. Unit Price $__________; Extended Total Amount $______________ Delivery:_______ days ARO. FOB: Destination, to be shipped to the El Paso Border Patrol, Electronic Section, El Paso, Texas 79925. Custom-made Hydraulic Z-Lifts power units with the following measurements: 19-foot lift designed unit geometry to a 6-foot bed pick-up truck. Manufactured and installed for on-site by the contractor. The Hydraulic Z-Lift must be capable of lifting a Pan and Tilt, with camera mounted on top weighing approximately 90 pounds. The lifts will be mounted on three-quarter ton short and long bed full size pick-up truck. The length of the long bed is 8'1" x 5'4" wide, and the short bed is 6'6" by 5'4" wide. Once mounted the lift, Pan and Tilt, and camera are not to exceed the height of the truck cab when retracted. Hydraulic Z-Lift must be designed to reach not more than 15 foot and 6 inches from the ground during transporting. The unit shall be designed to function with the assistance of Monarch hydraulic and to feature a design that will enhance both service longevity and maximum efficiency. Lift shall be designed with ORTMAN hydraulic cylinders and reservoir assembly with fewer working parts for quick repair response and to allow for inexpensive maintenance cost. Chrome moly square and round tubing shall be utilized for strength. System shall include: Electrical control charging system (ECCS) and movement module, installation of (ECCS) to vehicle and test, instruction and parts list of all electrical components, all hardware and parts needed for (ECCS) construction and installation, new 12 volt system will eliminate one of two batteries, oil impregnated bearing for longevity, oil impregnated bearing are to be machined fitted to pins and clevises, all tubing shall be saw cut and coped for a perfect metal to metal fit, all welding shall be done with a wire feed MIG type welder or TIG, the design must incorporate threaded pins (12) in lieu of setscrews, all pins will be machined, threaded and fitted to each section of the lift, all pin collars are machined from mechanical tubing to fit sections and pins, all machined collars are welded to each section, part numbers are provided on each component for ease in identification, all parts are designed to be interchangeable, require 80 percent of the unit's parts to be in stock, after the unit is completely assembled and tested. (75 cycles with a load of 150 lbs.), request lifts to be sandblasted, sealed prime and painting of each individual part/component for rust prevention with premium NASON automotive products, upon completion of units, mounting brackets are custom designed for the vehicle it will be installed in, units are mounted on the vehicles frames for rigidity. Installation includes removing the spare tire and mount, installing the lift and modifying the spare tire mount, and shock absorbing urethane pads to be mounted accordingly to absorb dead blows during retraction. Contractor must furnish drawings or pictures of proposed Hydraulic Z-Lifts as part of their offer. Any proposed variation in the above specification must be clearly identified as part of the offer. If Federal Supply Schedule pricing is proposed, all contract information should be furnished with the offer. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, along with the offer. Offeror must also include its DUNS number. The following are provisions incorporated by reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Also, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items is applicable:Paragraph (a), evaluation criterion are as follows: Award will be made to the lowest priced, technically acceptable offer. Government Past Performance: Include a list of prior government contracts which includes the name and phone number of the Contracting Officer; name and phone number of your bank, and the number for your commercial account; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and the following additional clauses apply to this acquistion: FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Offers are due to Immigration and Naturalization Service, ATTN: Julian M. Stephens, ACDCPM, 7701 N. Stemmons Freeway, Dallas, Texas 75247, NLT September 23, 2002 at 2:00 PM, CDT. Faxed transmissions of quotes are acceptable, and can be sent to fax number 214 905-5568, E-mail address for questions is: julian.m.stephens@usdoj.gov.
 
Place of Performance
Address: 8901 MONTANA AVE., EL PASO, TEXAS,
Zip Code: 79925
Country: U.S.A.
 
Record
SN00169979-W 20020920/020918213253 (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.