Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

30 -- Heavy Duty 6 X 4 Cab and Chassis Unit

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101817Q269
 
Response Due
4/4/2007
 
Archive Date
3/27/2008
 
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. Request for Quotes (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. NAICS 532120, Set Aside for Small Business Concerns. 52.212-02 EVALUATION - COMMERCIAL ITEMS JANUARY 1999 (a) 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. The following factors shall be used to evaluate offers: best value, using price and past performance and experience Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304) (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are equal when compared to price. * * * * * * 52.212 4 CONTRACT TERMS AND CONDITIONS (SEPT 2005) COMMERCIAL ITEMS (incorporated by reference) Addendum to 52.212-4(a), Contract Terms and Conditions Commercial Items, regarding Inspection/Acceptance procedures: (Contract Specialist to fill in any additional inspection/acceptance procedures.) D1452.212--5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 1996) (DEVIATION) JANUARY 1996 (a) The Contractor agrees to comply with the following FAR clauses which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3533 and 40 U.S.C. 759). (b) When the cited circumstances are present, the Contractor agrees to comply with the FAR or FIRMR clauses in this paragraph (b), which are then incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1)52.222-26, Equal Opportunity (E.O. 11246)[Applies over $10,000, or when the aggregate value of all prime contracts or subcontracts awarded the Contractor in any 12-month period exceeds, or can reasonably be expected to exceed $10,000.] (2)52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) [Applies over $10,000] (3) 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793)[Applies over $2,500] (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) [Applies over $10,000] (5) 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) [Applies to supplies of $25,000 or less Applies to supplies over $25,000 if small business set-aside] (6) 52.225-21, Buy American - North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 2501- 2582) [Applies to supplies over $25,000 if not small business set-aside.] (c) Removed (d) Removed (e) Notwithstanding the requirements of the clauses in paragraphs (a) or (b) of this clause, the Contractor is not required to include any FAR clause, other than those listed below, in a subcontract for commercial items or commercial components: (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a); and (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.793) (End of clause) full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): -http://acqnet.gov/far -http://www.doi.gov/pam [Insert one or more Internet addresses] Clause Title Date 52.212-01 Instructions to Offerors--Commercial Items September 2006 52.212-03 Offeror Representations and Certifications - Commercial Items November 2006 D1452.237-70 Information Collection -- Department of the Interior July 1996 Scope of Work 1. GENERAL: The US Fish and Wildlife Service, Lower Snake River Compensation Plan Office, Lyons Ferry Fish Hatchery, 13780 Highway 261, Starbuck, Washington 99359-2078, has a requirement for a Heavy Duty 6 X 4 Cab and Chassis Unit, to be used with an existing tank. It is the intent of these specifications to describe the features desired for this Cab and Chassis (Reference the international 7600 Series). Due to the existing tank having to mount on the new chassis, the comfort range that we need for cab to axle is between 156 - 162 inches, engine size needs to be at least 400 horse power and automatic transmission (recommended Allison 4500 six speed). 2. FEATURES: The Heavy Duty 6 X 4 Cab and Chassis (Referenced the International 7600 Series or equal) shall be capable of the performance specifications and capacities: Body: " Extended Cab, no rear seating " White body color Chassis " Heavy Duty Frame " Cab to axle - 156" to 162" of clear/usable length " Rear axle to frame end must not be less than 75" Engine " Cummins ISM 425V (410 HP @ 2100 RPM/1550 ft. lbs.) " Jacobs Model 411 Engine Brake with on/off and 3 position selector switch (updated models may be substituted to match engine requirements) Transmission " Allison 4500 RDS six speed automatic Front Axle " 18,000 lb. capacity, set back front axle Rear Axles " 40,000 lb capacity, with Hendrickson HMX suspension " Geared for maximum speeds of 70 - 75 mph If you are going to send an offer for a substitute item, please indicate the differences between the two vehciles. Options: " Engine block heater " Air ride cab " 135 amp minimum, high output/low RPM alternator (LBP 2190) " Air conditioning " Passenger side vertical stack exhaust, 12" above cab with short turn out " Cruise control " External cab visor with inset marker lights " 100 gallon fuel tank capacity (one tank on drivers side) " Tilt steering wheel " Heated and lighted external rear view mirrors " Front tires: Goodyear G286 or equivalent on white steel rims " Rear tires: Goodyear G328 or equivalent on white steel rims " AM/FM radio with CD player " Remote electrical power modules " Wing style dash " Drivers seat: Air ride, high back, cloth bucket seat " Passenger seat: high back, bucket seat " Console between the drivers and passenger seats " Front and rear driver controlled rear differential lock " Wiring set up for auxiliary battery system (Charging isolator included) " Power windows and door locks " Front tow hook " Vinyl/rubber floors " Gray/smoke interior color (If you are unable to provide all the above options, please list the excluded options along with your pricing showing all major parts as broke down above). 3. PLACE OF PERFORMANCE: The vehicle will be delivered to the Lyons Ferry Fish Hatchery, 13780 Hwy 261, Starbuck, WA 99359, upon completion. 4. DESIRED DELIVERY DATE: Delivery will occur within 120 days after the award. 5. TECHNICAL COORDINATOR: Doug Maxey, Tucannon Hatchery Manager Phone: (509) 843-1430, Fax: (509) 843-3623
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=333346)
 
Place of Performance
Address: Lyons Ferry Fish Hatchery, 13780 Hwy 261, Starbuck, WA 99359
Zip Code: 99359
Country: US
 
Record
SN01261290-W 20070330/070328221405 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.