Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

N -- Wildland Fire Engine Package, Huron Wetland Management District, Huron, South Dakota 57350-2470

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
601817Q606
 
Response Due
2/9/2007
 
Archive Date
2/5/2008
 
Small Business Set-Aside
Total Small Business
 
Description
Description (i) 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. (ii) Solicitation 601817Q606 is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14, effective 22 November 2006. (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code is 336211 and the small business size standard 1000 people. (v) The Contractor shall provide the following items: LINE ITEM 0001 - Wildland Fire Engine Package The Fire Engine package will be mounted on Ford F550 Super duty Ext. Cab Chassis supplied by Fish & Wildlife Services. The chassis will be available on or about May 2, 2007. The installation of the Wildland Fire Engine package must be complete and ready for use by June 15, 2007. A rear receiver and hitch will be installed on chassis. Fire Body Aluminum sub frame throughout separated from truck chassis by a minimum of .250 rubber. Total length of fire body: 108" (9'). Total width of fire body: 100". Body will be totally constructed of aluminum, using .125" sheets on a heavy-duty framework throughout. Body will be flatbed style with headache rack and treadbrite aluminum bed. This includes the front of the compartments and the sides, except for the doors, which will be painted to match chassis. The rear will be tread brite. Doors will be slam latch, box type and will have stainless steel piano hinges full length or width, and will have stainless steel locking "D" ring with a slight bend for a gloved hand. Compartments will have 2 doors on each side that will fold downward and have adjustable chains for stops. The compartments will be approximately 7ft long 24" high and 24" deep- each side with expanded aluminum baskets on top of each compartment. Compartments are of sweep-out design. Weather stripping will be in the door jams. A tread-brite Aluminum box with full door on top and locking D-ring latch approximate size 36" long X 48" wide X 18" deep to be weather sealed mounted on top of water tank. Two stiff hose trays under the flatbed for hard suction one on each side. A spare tire rack mounted on passenger side (preferably under body). The hose reel will be mounted on a stand on the rear of the bed with a Drip tank built into the stand. FIRE SUPPRESSION SYSTEM A 400-Gallon polypropylene tank with fill tower, baffles, vent, site gauge and lifetime warranty will be placed on the bed between compartments. This will be mounted towards the front of the body. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial Items and 52.212-2, Evaluation - Commercial Items apply. (viii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.219-6, Notice of Total Small Business Set Aside; 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; 52.222-35, Affirmative Action for Workers with Disabilities; 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; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (ix) 52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (x) Electronic quotes will be accepted at jon_morse@fws.gov . Fax quotations will be accepted at 303-236-4791. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (xi) Offers are due no later than 09 February 2007 at 15:00 pm MST. (xii) For other information please contact: Mr. Jon Morse, 303-236-4331. Point of Contact Mr. Jon Morse, Contract Specialist, Phone 303-236-4331, Fax 303-236-4791, Email jon_morse@fws.gov, Delivery Destination U.S Fish and Wildlife Service Huron Wetland Management District Room 309 Federal Building 200 Fourth Street SW Huron, South Dakota 57350-2470
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144856&objId=163573)
 
Record
SN01226090-W 20070207/070205222914 (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.