Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

23 -- 4 Wheel Drive Service Vehicle

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V08T0002
 
Response Due
6/23/2008
 
Archive Date
8/22/2008
 
Point of Contact
Christopher C. Lende, (406)324-3403
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This request is a hundred percent set aside for small business concerns. The NAICS code is 441110 and size standard is less than $24.5 Million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, Effective 27 July 2005 & Class Deviation 2005-00001. Offers shall propose a fixed price for: (1) 1 Ton 4 Wheel Drive Recovery Vehicle (minimum quantity of 3, maximum of 9, depending on funds available); (2) shipping (FOB Destination). Delivery will be to Fort Harrison (1956 Mt Majo Street, Fort Harrison, MT 59636-4789). 4 Wheel Drive Service Vehicle: 1.The J4 Maintenance office anticipates purchasing up to 9 each service trucks to provide maintenance assistance to all Field Maintenance Shop supported units around the state depending on funds available. The service must meet the following minimum requirements: 2.Truck: a.Minimum GVWR ratings of 17,950 lbs. b.Dual rear wheeled extended 4 door cab. c.4X4 Driveline. d.Must have Automatic Transmission e.Must have Air Conditioning. f.Equalizer Hitch g.Rear electric connection for towing h.MUST HAVE DIESEL ENGINE. i.Minimum 300 HP and 500 lb-ft of torque. 3.Identification: All major components and accessories are to be clearly identified with permanently affixed nameplates stating make, model and serial number. 4.Instructions: a.Appropriate tags and warning labels shall be affixed where necessary for safety and ease of operation. b.A minimum of one operators manual shall be delivered with the system containing information on operation, maintenance, troubleshooting and replacement parts. 5.Testing and Warranty: All equipment shall be factory assembled, thoroughly tested and backed with a minimum one-year limited warranty. The warranty period shall be for one-year regardless of hours accumulated on the system. The compressor block will carry a minimum 5-year warranty or 500 hours, whichever comes first. 6.Truck Mounted Utility Bed: a.The chassis body shall measure a 132 inches Long Utility Body 40 inches High with Vertical door Arrangement and Open Top Compartments with Optional Over-Cab Rack on an 84 inches C.A. Dual Rear Wheel Truck. Service Body measure 11 feet long. b.Roll-out drawers, 150 lb capacity 1.Street Side # 1 compartment = 5 drawers 2.Street Side # 2 compartment = 5 drawers 3.Curb Side # 1 compartment = 5 drawers 4.Curb Side # 2 compartment = 5 drawers 7. Truck Mounted Crane: a. Minimum Features: 1. 3200 LB max lifting capacity 2. 8,000 FT/LB movement rating 3. Electric/Hydraulic power 4. Manual or Hydraulic Boom Extension 6 feet - 10 feet 5. Manual Boom Extension 10 feet 14 feet 6. 100% continuous 360 degree power rotation 7. Meets ANSI B30.5 safety standards 8. Meets OSHA 1910.180 requirements b. Minimum Standard Equipment: 1. Capacity overload shut-off system 2. Anti-Two Blocking 3. 65 feet of 7/16 inch Aircraft-Quality wire rope 4. 20 feet Corded remote 5. Snatch Block with Swivel Hook Safety Latch 6. Master Disconnect Switch 7. 25 feet X #2 GA Battery Cable 8.Generator: a.Must be mounted to Utility Bed. b.A 4,000 watt diesel powered generator shall be installed. The generator will be sized to power the air compressor and all other components requiring electrical power with an over-sized capacity of at least 25%. 9.Compressor: a.Must be mounted to Utility Bed. b.The compressor shall be direct driven four cylinder, 2 stage, capable of 46 CFM @ 175 PSI. 33.5 inches L x 23.5 inches W x 25.5 inches H (with reservoir). c. Control System: The unit shall include all necessary controls to monitor compressor performance. d.High air pressure switch with engine shutdown and indicator light. High air temperature shutdown switch. Compressor low oil pressure shutdown switch. 10.Additional requirements: a.The operator shall be protected from noise and exhaust of the compressor and generator by means of an insulated wall. b.Noise level shall not exceed 76-84 db (A) with the compressor and generator running at full load. c.The engine room floor shall be coated with an epoxy coat that will allow steam cleaning. The engine room will incorporate a floor drain assembly with threaded plug. 11.Training: The manufacturer is asked to provide 8-hours equipment training upon delivery. 12.Bid must include shipping and delivery fees. The provision of FAR 52.212-3 and 52.212-3 Alt I, offeror Representations and Certifications-Commercial Items (July 2003) applies to this RFQ. 52.212-3 and 52.212-3 Alt I, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (January 1999). 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: Price and Technical Capability. Offerors will submit technical specifications of the product, to include warranty information, with the proposal. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1 Instructions to Offerors - Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Sep 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) SEP 2006 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-4 Recovered Material Certification OCT 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.243-1 Changes--Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) OCT 2006 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7036 Buy American - Free Trade Agreement--Balance of Payments Program OCT 2006 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.232-7010 Levies on Contract Payments SEP 2005 52.204-7 CENTRAL CONTRACTOR REGISTRATION (JUL 2006) 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (SEP 2006) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) 52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) 252.223-7001 HAZARD WARNING LABELS (DEC 1991) You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than June 23, 2008 by 4:00 P.M. Mountain Standard Time. If you have any questions, please contact CPT Chris Lende at 406-324-3403 or email christopher.lende@us.army.mil or Mr. Paul Larsen at 406-324-3406 or email paul.carlton.larsen@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=05c5c0c25fc45f76d1c4709a9da6f108&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Montana 1956 Mt Majo Street Fort Harrison MT
Zip Code: 59636-4789
 
Record
SN01584506-W 20080604/080602215448-05c5c0c25fc45f76d1c4709a9da6f108 (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.