Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

38 -- Heavy Duty 4X4 Truck with a 1,200 Gallon Stainless Steel Potable Water Tanker

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-P-TANKERTRUCK
 
Response Due
7/19/2007
 
Archive Date
9/17/2007
 
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. We have a requirement for one each heavy duty 4X4 truck with a 1,200 gallon stainless steel potable water tanker. The truck should run on diesel, have a five-speed automatic transmission with a 40 gallon fuel tank. The specifications for the water tanker are broken down into different categories, as follows. Standard tank assembly specifications: Gauge ASTM A240.2B stainless steel shell semi elliptical low profile 1200 Gal, 7 gauge AST M A240.2B stainless steel heads, A-Style inset break design, 2-7 gauge ASTM A240.2B stainless steel baffles, A-Style inset break design, 7 gauge ASTM A240.2B stainless steel NFPA style long baffles 1 per tank, 7 gauge ASTM A240.2B stainless steel belly pla te full length, heads have 4 inch to 6 inch offset welded 360 degrees inside and out, ? inch ASTM A240.2B stainless steel under tank storage for port-a-tank storage, 1 inch vulcanized rubber wear pad between tank and frame, 20 inch stainless steel sealed m anway, anti skid walkway top of tank, 2 ? inch stainless steel hydrant fill with check valve with camloc caps and plugs, rear ladder with safety hand rails on top of tank, 10G stainless steel ASTM A240.2B bonnet style fenders welded to tank, cab to axle re quirements  84 inches excluding stack; and approximate body dimensions, 96 inches wide by 47 inches tall by 120 inches long. Standard tank mounting specifications: 1 inch thick 80 durometer neoprene rubber wear between tank and chassis that is vulcanize d to a 3 inch wide 10G steel strip (skirt board). Skirt board is tack welded to sub frame full length of tank. Standard plumbing assembly specifications: removable stainless steel anti vortex plate and screen inside tank over pump, 3  2 inch ball valve discharges one each side one rear of tank with camloc caps, all plumbing stainless steel sch 40 pipe. Standard pumping system specifications: 250 gallons per minute, stainless steel pump with power takeoff, hot shirt PTO with PTO shaft. Standard rear b umper assembly specifications: TWI full width rear with DOT lighting. Rear mud flaps back up alarm. Standard paint specifications: tank painted white to match cab. Standard warranty specifications: limited five year tank warranty, limited one year wa rranty against manufacturer defects; and, limited one year warranty against workmanship. See the Army Contracting Agency White Sands Missile Range Directorate of Contracting Current Solicitations and Sources Sought page at http://www.wsmr.army.mil/docpage /pages/sol_stat.htm. Download the Proposal Summary and submit it with your quote. The Proposal Summary form will have only Contract Lime Item Number (CLIN) 0001. The Proposal Summary is being used instead of FAR 52.212-3 Offeror Representations and Cert ifications Commercial Items. Award will be made to a single offeror. This requirement is set aside 100% for small business. The applicable NAICS code is 423110 with a small business size standard of 500 employees. The contract type will be fixed price. Quotes will be evaluated on price-related factors and ability to meet the specifications of the synopsis solicitation. If you are selected, you must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/) in order to receive the award. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. Payment will be by Government Credit Card after receipt and acceptance of the item. Your price should be FOB Destination White Sands Missile Range so there will be no line item for shipping on the quote and proposal summary. Inspection and acceptance shall be at destination. The preferred method of submiss ion for the quote and proposal summary is electronic email to kernsbj@wsmr.army.mil. If you are unable to email, the fax number is 505-678-4975, ATTN: Bonnie Kerns. The following provisions and clauses apply: FAR 52.212-1 Instructions to Offerors Comme rcial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (in paragraph (b) the following clauses apply: 52.219-6, 52.222-3, 52.2 22-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-36), FAR 204-7, and FAR 52.252-2. The following clauses also apply: DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders App licable to Defense Acquisitions of Commercial Items. In paragraph (b) the following clauses apply: 252.204-7004 Alternate A, 252.225-7036 Alternate 1, and 252.247-7023. FAR and DFAR text are available at http://farsite.hill.af.mil. Any response to this synopsis must be received by 19 Jul 2007 at 3:00 p.m. MDT.
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN01340780-W 20070714/070712221437 (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.