Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
MODIFICATION

24 -- Additional Requirement: Non Steerable Lift Axle - 20,000 lbs or better, aluminum wheels ETC. - PLEASE REVIEW the complete solicitation below for all the additional items required. RFQ Closes 14 Aug 2007 at 12:00 Noon.

Notice Date
8/10/2007
 
Notice Type
Modification
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0631
 
Response Due
8/14/2007
 
Archive Date
10/13/2007
 
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 acquisition is issued as a Request for Quotes (RFQ). The c ombined synopsis/solicitation number is W91ZLK-07-T-0631. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-14. The associated North America Industry Classification System ( NAICS) Code 441229 and the Business Size Standard is $6.5M. This requirement is 100% Small Business Set Aside for small business concerns. The Government contemplates award of Firm-Fixed Price contract. Description of Requirements: A NEW Conventional Truck-Tractor without the Sleeper; 550 HP or better Cummins or CAT Engine; 18 Speed Transmission; Front Axle  Minimum 14,600 lbs or larger; Rear Axle  4.56 Ratio, 48,000 lbs or better; Dual Fuel Tanks  130 Gal or bigger; Enclosed Head Board with lockable doors; A/C  Heat; Fifth Wheel  36 inch slide, greater or equal to 4 inch rear boogie; 50 inch height loaded Rear Mud Flaps drop ins; Wheel Base  greater or equal to 275 inch; CB Radio; CAB Strobe Amber Lights; Fog Lights; Air Dryer Bendix AD-IS Extended Purge Heated; Audio System with CD Player; Heated Mirrors; Painted  RED Color. Shipping/Delivery  FOB  Destination. Additionally the truck must have: Aluminum wheels, Power Windows  both sides, Power Mirrors  both sides ; Non-Ste erable Lift Axle with 20,000 lbs capacity or better; Dual Exhaust Pipes; High-Back Air Ride Seats with arm rests on both seats; Trailer Length  Ability to pull 40-130 Foot Trailer; Rear-Axle Suspension Air; Separate Axle Locks and Differential Locks for t he rear axle compression brakes; Fog Lights in the bumper; Strobe Lights mounted on each side cab roof bracket; Dual Air Horns; Warranties on Power Train, Frame, Can and components and Engine. Delivery shall be made to Aberdeen Proving Ground, MD, 21005. The following clauses will be incorporated by referrence: 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 O zone-Depleting Substances, 52.247-34 FOB Destination. The provision at 52.212-1 Instruction to Offerors Commercial applies to this acquisition. The provision at 52.212-2, Evaluation of Commercial Items is applicable to this acquisition. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offerors Representations and Cert ifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and certification with its offer. The clause at 52.212-5, Contract terms and Conditions required to implement statutes or Executive Orders Commercial Items applies to this acquisit ion. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-19 Child Labor Cooperation With Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Vet erans, Veterans of the Vietnam Era and Other Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled vetera ns and Veterans of the Vietnam Era, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement S tatutues or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252. 225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand and Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil . Quotations must be signed, dated and received by 12:00 NOON EST Tuesday, 14 August 2007 via fax at 410-306-3829 or email to robin.donovan@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SF CA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Robin Donovan, Contract Specialist, via email at robin.donovan@us.army.mil. NO TELEPHONE REQUE STS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01369084-W 20070812/070810221834 (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.