Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

23 -- 2008 Dodge SPRINTER 3500 Cargo Van Modified

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
75 Hawthorne Street, San Francisco, CA 94105
 
ZIP Code
94105
 
Solicitation Number
PROGNAE-75MQCB
 
Response Due
10/31/2007
 
Archive Date
4/28/2008
 
Point of Contact
Name: Curt Ushijima, Title: Contracts Specialist, Phone: 4159723722, Fax: 4159473558
 
E-Mail Address
ushijima.curt@epa.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is PROGNAE-75MQCB and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 336112 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-10-31 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Richmond, CA 94804 The Environmental Protection Agency requires the following items, Brand Name or Equal, to the following: LI 001, Diesel Van-Highly Mobile Mulipurpose 2008 Dodge SPRINTER 3500 Cargo Van with High Roof Preferred. Basic Modifications to include: full electrical, roof mounted HVAC, instrument benches, 2 GC vents, gas cylinder storage, and 2.7 cf refrigerator. (see Specification Summmary, beginning with A. Vehicle (Line Item No. 7); B. Basic Modifications (Line Item No. 8); C. Electrical System (Line Item No. 9); D. Lab Support Equipment (Line Item No. 10; E. Additional Requirements (Line Item No. 11). Contact EPA Project Officer Greg Nagle at (510) 412-2334 in regard to specification summary or other technical questions., 1, EA; LI 002, 8 kW Generator with generator box;, 1, EA; LI 003, Window in sliding door (street side);, 1, EA; LI 004, Passenger seat on swivel;, 1, EA; LI 005, Awning, 8 foot manual;, 1, EA; LI 006, Stabilizing Jacks (2 manual 24" extended height);, 1, EA; LI 007, Attachment 1 - Specification Summary EPA Region 9 Field Support Vehicle/Mobile Lab A. Vehicle A fuel efficient, low profile, multipurpose, field sampling support vehicle/mobile laboratory. 1. Chassis - Cargo van, low profile, high roof, turbo diesel engine, 5-speed automatic transmission, 4-wheel disc with ABS braking system, traction control, driver side air bags, power rack-and-pinion steering, air conditioning, and insulating glass with band filter. White with deluxe trim and curbside sliding door; 2. Overall Vehicle Height - Not to Exceed 111 inches; 3. Overall Length-Not to Exceed 289 inches; 4. Overall Width - 80 inches; 5. Seating Capacity - 2 minimum; 6. Towing Capacity - 7500 lbs.; 7. Brakes - Disc Front and Rear; 8. Spare - Full Size; 9. Max GVWR - 11,025 lbs.; 10. Tires - 215/85R16; 11. Fuel capacity - 26 gallons., 1, EA; LI 008, B. Basic Modifications (provide drawings) 1. Interior finish package, including no-wax vinyl floor, Marlite covered wall & ceiling panels, double-layer foam insulation in walls; 2. Lab Instrument bench length of street side cargo area. Chem-surf countertop with formica covered ?? plywood cabinetry, and drawers under instrument and in rear compartment. Aircraft grade track and hold-down system for instruments. Positive ? turn hardware on all drawers and doors; 3. Cabinets Positive ? turn hardware length of street side cargo area and upper curb-side rear cargo area; 4. Air conditioner/heater, roof-mounted, low profile <8?? tall, 13,500/5,600 BTU/hr.; 5. Vent fan, roof-mounted 3-speed reversible, 12 VDC operation; 6. Awning ? Curbside, 8 foot ? roll-up w/Aluminum Case; 7. Leveling Jacks (4 scissor ? manual 24?extended); 8. Tow Hitch ? Class 3, includes electrical wiring to run the trailer lights and brakes., 1, EA; LI 009, C. Electrical System 1. Generator, 8.0 kW diesel-powered (120 VAC, 66 amps) with remote start/stop on control panel. Operates from vehicle?s fuel tank; 2. Shore power, 1 @ 50 amp, mounted in waterproof box with pass through for 1 @ 25 ft. heavy duty commercial power cable; 3. Control panel for monitoring and controlling AC power and various DC circuits. Provision to select operation from one or both sources. Automatic switchover from generator to shore power; 4. Wiring, complete 120 VAC wiring system throughout using amour BX; 5. DC Lighting, interior fluorescents and exterior floods. Auxiliary batteries (2): 105 amp deep-cycle battery to start the generator, power emergency lights, water pump and other DC loads; 6. Automatic battery charger: 40 AMP 120 VAC operation charges vehicle and auxiliary batteries independently. Dual charge system charges auxiliary battery from vehicle alternator when vehicle engine is running; 7. Telephone lines: Provision to connect to local telephone service as required. 2 telephone jack receptacles mounted in waterproof box; 8. Alarm: audible vehicle back-up alarm., 1, EA; LI 010, D. Lab support equipment 1. Refrigerator, 2.7 cf. under-counter unit, 12 VDC/ 120 VAC operation. 2. Fire extinguisher & first aid kit, ABC type, located behind driver?s seat; 3. Gas cylinder storage under bench (to fit 1F/AA size ?15X22?); 4. GC vents, 2 @ 4? diameter with diverter for inside/outside discharge; 5. Metrological Station Mast Hurry up style w/drive on platform. E. Terms and Conditions 1. F.O.B. destination; 2. Documentation per customer spec.; 3. Engineering and integration with customer-supplied instrumentation; 4. One-year limited warranty ? provided in warranty statement; 5. Additional 2-year technical support via telephone; 6. One-day operation and maintenance training at factory. Additional Specifications/Qualifications The supply/manufacturer shall provide professional drawings for specialized field support/mobile laboratory. The bidder will also provide a qualifications statement to demonstrate a proven record of accomplishment of routinely constructing modular ?off the shelf? mobile laboratories dedicated to field support and on-site chemical analysis and air quality surveillance and include the following considerations as follows: 1. Standard ?turnkey? mobile laboratory with ?off-the-shelf? configurations specific to environmental protection related analysis, including unique lock-down hardware approved by the major instrument manufacturers (Agilent, Varian, Thermo, Perkin, Elmer, Dionex); 2. Modular mobile laboratory design for rapid construction, timely (same-day) servicing, and ?off-the-shelf? equipment options for future mobile lab modifications; 3. Extensive experience in on-going mobile laboratory construction, including the construction of mobile laboratories in the last 5 years. The experience shall include labs dedicated specifically to environmental constituents chemical and biological warfare agents; 4. Standard-built, fixed modular pricing approach, with extensive experience in constructing durable, efficient, and easily maintained laboratories for government agencies; 5. Standard parts employed in the entire standard build mobile laboratories to ensure parts availability, and on-going savings in maintenance costs; 6. Short 1-2 day turn around time on routine servicing and future modifications using standard modular options required to adapt to changes in analysis in the field; 7. A modular system of over 40 standard add on components such as telescoping meteorological tower, data system tower, instrument aircraft-grade anchor tracks, filter pack for fume hoods, positive pressure air system., 1, EA; LI 011, E. Additional Requirements 1. FOB Destination; 2. Mfg. Documentation; 3. Engineering and integration with customer-supplied information; 4. One-year limited warranty-provided in warranty statement; 5. Additional 2-year technical support via telephone; 6. One-day operation and maintenance training at factory., 1, EA; For this solicitation, Environmental Protection Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Environmental Protection Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to ushijima.curt@epa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
www.fedbid.com (b-56044, n-9556)
(http://www.fedbid.com)
 
Place of Performance
Address: Richmond, CA 94804
Zip Code: 94804
Country: US
 
Record
SN01427045-W 20071004/071002224218 (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.