Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

23 -- Furnish five each Trucks 6x4 Dump, Min 64,000 lbs GVWR with accessories

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S206T0062
 
Response Due
8/25/2006
 
Archive Date
10/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industrial Classification System Code (NAICS) is 423110, and the size standard is 500 employees. This procurement is a 100% set-aside for Small Business. Any brand nam es or trade names used in the RFQ specifications are for the purpose of describing and establishing standards of quality and performance and characteristics desired. Such brand names or trade names are not intended to limit or restrict competition. Inter ested parties may submit a RFQ for products substantially equivalent to those specified unless the RFQ expressly provides that only a particular brand or product is acceptable. All proposed brand, or product, substitutions shall be subject to review and a pproval; full specifications of substitutes are required to be submitted with the quotation. The pricing must be quoted as follows: Quantity Unit Unit Price Amount 5 EA $_______ $_______ Contract Line Item 0001  Trucks 6x4 Dump, Min 64,000 lbs GVWR with accessories with set back axle, must have 140 Amp MIN per SAE, Dash mounted Air Cleaner, Steel tool compartment with latch, Suspension type driver's seat; Engine Hour Meter, Front axle-min 20,000 lbs GAWR; Safety kit to include fire extinguisher; Front Frame Extensions; Fuel/Water Heated Separator; Coolant-protections to -50 degrees C; Snow plow provisions to include Double wing and slide in sander; Trailer lighting cable 110 inches; Tailga te spreader; Parts and service manuals both electronic and hard copy; Motorized right side, heated mirrors; Heated flat mirrors; Towing hooks/loops at rear; Heater-engine oil; In line electric fuel warmer; Rear match spare; Trailer tow package; 430 GHP Die sel engine; Engine compression brakes; Transmission Auto TC Min 5spd Allison 4500RDS; 15' Dump body installed. Manufacturer of truck: Sterling, 2007, LT 9500. Manufacturer of slide in sander: Harder. Manufacturer of double-wing system: Everest. To be prepped, installed, and delivered to Fort Drum, New York. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-10, effective 28 Jul 2006. Interested parties can view and download all of the referenced provisions and cl auses at the following Internet address: http://farsite.hill.af.mil/. The following FAR provisions and/or clauses apply to this RFQ: 52.204-7 - Central Contractor Registration (CCR), (interested parties are required to be registered in the CCR database wh ich is located at the following internet address: http://www.bpn.gov.), 52.204-8 - Annual Representations and Certifications, (interested parties are required to input their Representations and Certifications into the online representations and certificati ons application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), 52.212-1 - Instructions to Offerors - Commercial, 52.212-2 - Evaluation-Commercial Items, (the following factors shall be used to evaluate offers: 1. Ability of item specifications to meet or exceed the governments minimum needs, 2. Item quality, 3. Price), 52.212-4 - Contract Terms and conditions - Commercial Items, 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses, cited within clause 52.212-5, are applicable to this acquisition: 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232.33, 52.219-14- Limitations on Sub-Contracting. This RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20060711 edition. Interested parties can view and download all of the referenced provisions and clauses at the following Internet address: http://farsite.hill.af.mil/. The following DFAR S provisions and/or clauses apply to this RFQ: 252.204-7004 Alternate A., 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following DFARS clauses, cited within 252.212-7001, are applic able to this acquisition: 252.225-7001, 252.232-7003 and 252.247-7023. Note: Completion of the CCR and ORCA are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make them ineligible for award. All RFQs are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 Not Later Than 08/25/06 at 1200 hours. The quote must include the RFQ number on each page of the quote. Quotes may be submitted via fax at 315-772-8277.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01118244-W 20060819/060817221451 (fbodaily.com)
 
Source
FedBizOpps 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.