Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

36 -- Fort Wainwright has a requirement for 2 each Street Sweeper. POC Ulanda Ganacias fax 907-353-7302

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-05-T-0035
 
Response Due
5/2/2005
 
Archive Date
7/1/2005
 
Small Business Set-Aside
N/A
 
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 announcement constitutes the only solicitation, quotes or offers are being requested and a written solicitation will not be issued. W912CZ-05-T-0035 is being issued as a Request for Quote, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-27. Th is acquisition is UNRESTRICTED. The associated NAICS code for this acquisition is 423810 small business standard size is 500. Line Item 0001: Description: Provide street sweeper system mounted on a commercial truck chassis and as delivered the entire ass embly must be street legal and not require any special permits to operate on streets or highways. The vehicle must be capable of traveling under its own power up to 5 m.p.h. The sweeper pickup system must use a regenerative air system and wet sweeping an d pickup system and be totally EPA PM-10 compliant. The hopper shall hold a minimum of 8 cubic yards and the water system shall contain a minimum of 240 gallons of water and shall be loadable from wall, as well as fire hydrants. Minimum single pass sweep ing width shall be 12 feet and the vehicle shall use both right and left side brooms, which can be operated simultaneously. The blower shall have a minimum airflow rating of 20,000 CFM. The vehicle shall be rated to perform full width sweeping operations at speeds up to 15 m.p.h. and shall also be capable of performing point cleaning with attachable hose. Equipment shall include: Back-up alarm, Forward and rear visible flashing strobe warning light system, Air horns, Air cleaner restriction gauge, Chass is pressurization system with both heating and air condition functions, fuel/water filtration system, vehicle air dryer, minimum 10 convex mirror, complete sweeper and hopper controls systems within vehicle cab to include broom and hopper position indicat ors, hopper inspection doors on both right and left sides, Hopper flush/wash-out system, 3 complete sets of owners, service, repair and parts manuals for all systems and engines on vehicle, LED stop turn and tail lights, 5 lb minimum fire extinguisher moun ted in cab on drivers side, mounted slow moving vehicle emblem, complete set of all brooms, attachable minimum 6 inches x 12 feet for cleaning corners and catch basins, minimum 20 inches quick connect water fill hose. DESTINATION: Fort Wainwright, Alask a 99703. Offerors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-- Commercial Items, with quotes. Offeror shall include a completed copy of DFARS 252.225-7000, Buy American Act Balance of Payments Program Certi ficate, if applicable. A copy of the Offerors Representations and Certifications and Buy American Act Balance of Payments Program Certificate may be obtained from http: www.acqnet.gov far http: www.acq.osd.mil dpap dars dfars index.htm FAR 52.212-2 Eva luation  Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Techn ical capability of the item offered to meet the Government requirement, when compared to price. 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. Award can only be made to contractors registered in Central Contractor Registration http: www.ccr.gov. The following additional FAR clauses provisions apply 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52.222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52 .222-37, 52.225-13, 52.232-36, 52.233-3 and FAR 52.252-1 and 52.252-2 apply and are filled in to read same website in this document. DFARS clauses 252.204-7004 , 52.212-7001 DEV, 252.225-7001, 252.225-7002, 252.243-7001, 252.246-7000, and 252.247-7023, Alt III apply to this procurement. POC for questions regarding this requirement is Ulanda Ganacias at 353-7178. Offers should be faxed to Ulanda Ganacias at 907-3 53-7302, or e-mailed to ulanda.ganacias at wainwright.army.mil no later than 1300 HRS, 2 May 2005.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-C, PO Box 35510, Bldg 3030, Rm 126 Fort Wainwright AK
Zip Code: 99703-0510
Country: US
 
Record
SN00791089-W 20050421/050419212141 (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.