Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
SOLICITATION NOTICE

23 -- Instrumentation Van - 2005 Chevy C5500 Utilmaster Cutaway Van or equal

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0009
 
Response Due
1/5/2005
 
Archive Date
3/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12  Acquisition of Commercial Items and Part 13  Simplified Acquisition Procedures, as supplemen ted with additional information included in this notice. This CSS is being issued as a Brand Name or Equal in accordance with FAR provision 52.211-6 Brand Name or Equal (Aug 1999). This announcement constitutes the only solicitation and a written solicita tion will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for an Instrumentation Van. This Instrumentation Van will be a 2005 Chevy C5500 Utilimaster Cutaway Van (or equal) with the following minimum equipment requirem ents: Chassis Equipment - Vortec 8.1L MD Gasoline Engine; Allison 1000 Automatic Transmission; Power Steering; HD Power Disk Brakes with ABS; 7,000 lbs. Front Axle; 13,500 lbs. Rear Axle; Cab Air Conditioning; 40 Gallon Fuel Tank; Dual Bucket Seats; Manual Windows/Door Locks; Dual 105 amp Alternators; Dual Rear Wheels; Heavy Duty Dual Battery System; LT225/70Rx19.5 Radial Tires; 19,500 lbs. GVW; 50 State Emissions; Cruise Control; Tilt Steering Wheel; Body Equipment - Utilimaster FRP Body; 17feet 6inch Inte rior Length; 84 inch Height; 96 inch Interior Width; Solid Rear- No Door; 36 inch Swing Door (Curbside); Full Height Pass Thru from Cab; No Body Skirts; Door Locks R/S; Laminated Hardwood Floor; FRP Roof with Roof Bows 12inch On Center; Aluminum Ladder at Rear for Roof Access; 14 Ga Wall Post on 24inch Centers; Bright Finish Stainless Vertical Front Corners; Lights and Reflectors to F.M.V.S.S #108; Full Width ICC Bumper; Exterior Color White; Upfit Package - Double Insulation Package- Reflectix (R-19) and S ound Deadening Foam; 1/4inch Solid Melamine Ceiling and Side Wall Lining; Forbo Industrial Linoleum on Floor; 4- 110V Double Bulb 4foot Roof Lights; 2- 12V Ceiling Lights with Wall Switch by Door; Electrical Control Panel over P/S Front Cabinet; 12V Overhe ad Junction Box on Ceiling for Fan; Rear Flood Lights; Spare Tire, Jack, and Lug Wrench- Under Carriage Mounted on Slide; Hubble Exterior Outlet for Shoreline Power; Onan Marquis 6.5KW Gas Generator w/ Mount Kit; 2 Coleman 13,500 BTU Roof Mounted A/C Units w/ Heat Strips; P/S Front Cabinet Assembly (2 Drawers- 24inchL x 24inchW x 12inchH) and (4 Drawers- 24inchL x 24inchW x 6inchH); D/S Front Desk Assembly 48inchW with 1 Drawer Assembly (includes 4 Drawers- 24inchL x 16inchW x 6inchH); Laminate Tops of All Work Space; 2 Rows of E-Track in Open Areas w/ Protective Bumpers. You must also provide present and past performance information with the name, address, point of contact of at least two (contracts, customers etc) that you have provided the same or similar services. It is anticipated that a contract with an estimated dollar amount will be awarded with a delivery period of 120 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (F AC) 2001-26 (20Dec04) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN20041215 edition. Government Visa Payment Card is the preferred method of payment. The North American Industry Classification System (NAICS) is 336112 with a size standard of 1,000 employees. Quotes shall be clearly marked W9124R-05-T-0009 Instrumentation Van and emailed to stephen.foster@yuma.army.mil or via facsimile (928) 328-6849 no later than 3:00 P.M Mountain Standard Time (MST) 05 January 2005. Offero rs who fail to furnish the required representations or information as required by 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. The Government intends to award a contract t o the responsible bidder whose quote conforming to the solicitation will be the most advantageous to the Government based on acceptability and price. The follo wing FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2004), FAR 52. 212-4, Contract Terms and Conditions required to Implement Statutes or Execu tive Order Commercial Items (Jul 2004), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (May 2004), 52.222-21 Prohibitio n of Segregated Facilities (Apr 2002), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), 52.222- 37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), FAR 52.222-41, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52-232-34, Payment by Electronic Funds Transfer other than Ce ntral Contractor Registration (May 1999), 52.232-36, Payment by Third Party (May 1999). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004), 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act--Balance of Payments (Jan 2004), 252.243-7001, Price of Contract Modifications (Dec 1991) and 252.243-7002, Requests for Equitable Adjustments (Mar 1998) also apply to this solicitation. The Representations and Certifications required for this solicitation must be completed and submitted with your solicitation bid. Note: In order to complete the Representation and Certifications 52.212-3 (May 2004), Offeror Representations and Certifications Commercial Items and DFARs 252.212-7000,Offerors Representation and Certifications Commercial Items (Nov 1995) you must go the Air Force Web Site at http://fa rsite.mhill.af.mil/VFFAR1.HTM, an alternate web site is www.arnet.gov/far/ use Current FAR in HTML or PDF format. Locate the referenced clauses, copy and paste it to a Word document and complete. After reviewing the solicitation if you plan on participa ting in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00727271-W 20041230/041228211844 (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.