Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

38 -- Purchase of Truck Tractors for Yuma Area Office, Yuma AZ.

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BOR/YAO Myra Cordero 928-343-8134 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
06SQ340009
 
Response Due
11/3/2005
 
Archive Date
10/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR 12.6, as supplemented in accordance with the format included in this notice. This announcement constitutes the only Request for Quotation (RFQ). The RFQ is being issued as 06SQ340009 and offers (including the completed FAR 52.212-03 Offeror Representations and Certifications-Commercial Items) are due Thursday, November 3, 2005, 4:00 p.m. local Arizona time. The RFQ incorporates revisions and clauses in effect through FAC 2005-06. This requirement is a Small Business set-aside. The NAICS code is 336211 the small business size standard is 1,000 employees. The Government will award a firm-fixed price order resulting from this RFQ on or about November 4, 2005, that is most advantageous to the Government. The Bureau of Reclamation, Yuma Area Office, Yuma AZ has a requirement for two (2) Truck Tractors, as follows; Vehicle shall be Department of Transportation and State approved in the continuous 48 states. MINIMUM SPECIFICATIONS: GCWR: 120,000 Lbs.; GVWR: 62,000 Lbs.; Hydraulic Wet Kit: Minimum 15gpm @ 3000 psi, 15 gallon reservoir; cab control PTO driven; Fifth Wheel Height: 52 inches.; 145 AMP Alternator; Engine: Diesel, 455 Hp, 1600 LB/FT Torque Heavy Duty, High Ambient Temperature Cooling Package; Engine Compression Brake; Transmission: 13 Speed; Fifth Wheel: Air Slide; Suspension: Air Ride, Rear Air Suspension; On/Off Road Rear Suspension; Axles: Tandem; Driver Controlled Full Locking Differential; Front Axle Capacity: 16,000 Lbs.; Rear Axle Capacity: 46,000 Lbs.; Rear End Ratio: 3.58; Wheels: Disc Type; Wheel Base: 208 inches; Frame: Steel; Tapered Frame Rails; Power Operated PTO; Dual 100 Gallon Fuel Tanks; Cab: Conventional Day Cab; Standard Day Cab; Daytime Running Lights; Tow Hooks, Front and Rear Air Conditioning; AM/FM Stereo; Tilt/Telescopic Wheel; Drivers Seat Suspension Type (Air); Engine Hour Meter, Dash Mounted; Air Cleaner Service Indicator, Dash Mounted; Back-up Alarm; Fan Clutch Override; Engine Exhaust Pyrometer; Rear Axel Temperature Gages; Transmission Temperature Gage; Cab Protection Rack; Motorized Right Side Mirror; Intermittent Wipers; Emergency Equipment, Extinguisher and Triangles; Color: White, Cab and Wheels; Operators Manual Parts Books (2); and Shop Repair Manuals (2). PROVIDE DRAWINGS or PRODUCT LITERATURE OF UNIT OFFERED. DELIVERY is FOB DESTINATION to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma AZ 85364; 14 weeks after receipt of order. Following are the applicable provisions and contract clauses incorporated by reference: 52.212-1 Instructions to Offeror-Commercial Items; 52.212-2 Evaluation-Commercial Items, amended as follows: The following factors shall be used to evaluate offers: a) Technical specification compliance (55 points); b) delivery date (15 points); c) Past Performance (15 points); and d) price (15 points). Technical specification compliance is significantly more important than past performance, delivery date and price. The Government will award a contract to the Offeror whose offer conforms to this requirement and will be most advantageous to the government, price and other factors considered. Proposals shall include the following four (4) items: 1. Price; 2. Product literature, drawing/sketch, and/or other documentation verifying proposed truck/equipment complies with above listed specifications; 3. Past Performance References - Past Performance will consider the Offerors ability of satisfying past orders for same or similar items, ability of the item to meet technical specifications as advertised by the Offeror, past record of meeting delivery schedules. Offerors must include records of three recent orders/contracts within the past 12 months and identify a point of contact for each by providing a name and telephone number; and (4) a completed FAR 52.212-03 Offeror Representations and Certifications-Commercial Items. FAILURE to submit the above required four (4) items may result in the Offeror being considered as NON-RESPONSIVE as the government is not responsible for locating or securing any information, which is not identified in the offerors proposal. The government will award a contract to the Offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. 52.212-3 Offeror Representations and Certifications-Commercial Items (must be included with the offerors proposal); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 paragraph (b) is tailored to incorporate the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of a Total Small Business Set Aside; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractors Registration; and 52.211-6 Brand Name or Equal. Full text of the Federal Acquisition Regulations can be found on http://www.arnet.gov/far Delivery shall be FOB destination to 7301 Calle Agua Salada, Yuma AZ 85364, 14 weeks after receipt of purchase order. Quotes are to be submitted on letterhead to Bureau of Reclamation, Attn: YAO-3100 (Cordero), 7301 Calle Agua Salada, Yuma AZ 85364 by Thursday, November 3, 2005, 4:00 p.m. local Arizona time. In order to receive any contract award, contractors are required to register with the Central Contractor Registration (CCR) system at http://www.ccr.gov CCR is a self-service database. Vendors register themselves and maintain their own information through the CCR web site. The CCR Handbook and information on the registration process can be obtained via the CCR web site, http://www.ccr.gov or by calling the CCR Help Desk at 1-888-227-2423. Failure to register in CCR may make an Offeror ineligible for award. Visit the website to obtain further instructions about registering.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=145769)
 
Place of Performance
Address: Yuma, Yuma County, Arizona
Zip Code: 85364
Country: US
 
Record
SN00917969-W 20051021/051019212112 (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.