Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

23 -- Two Customized F650 Crew Cab Trucks (Brand Name or Equal To) with 194” Wheelbase

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
09-223-SOL-00036
 
Archive Date
5/19/2009
 
Point of Contact
Michelle Street,, Phone: 3018277155, Anne S. Oliver,, Phone: (301) 827-7045
 
E-Mail Address
Michelle.Street@fda.hhs.gov, anne.oliver@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Trucks must have the following standard equipment package: 682A (XLT trim; frame rails, max 29,000 ib. GVW; front axle, 8,500lb. capacity; steering system Ross TAS40 15.5”; chrome front bumper; front tow hooks; front suspension, 8,500lb. capacity; single, 17.5 cap 190 WHL ends; 130 amp alternator L/N pad; battery-2-12V 1250 cold crankcase amps; air conditioning; chrome grill; power windows and door locks cc; 15S front wheel seals and 15S rear wheel seals. Tire sizes: TGH MICH 245/70R19.5 (LD RNG F) XZE, X4C 4.33 or 4.11 axle ratio (rugged duty series on/off), 62G Air compressor-Cummins, 94B All season WT spare I/O RDS Gen PRP, 52Y 1710 Horizontal exhaust-RT side-BOC w/HT DIF, RR bench mortar/marta cloth 30% reclining/70% bench seat, and a license plate holder. Truck must be equipped with twin minimum capacity 45 gallon gas tanks in addition to the auxiliary gas tank described in paragraph 3. Trucks need to have an adaptor/port for hooking up an air compressor. Drover’s seat must be equipped with the air ride suspension. Required equipment to include: 99G Cummins 6.7L 325 EP/750 TRQ, 44H Allison 3000 6 speed automatic transmission (World Transmission), 61Y front auxiliary springs, 68B single rear air suspension 20,000 lbs, 68Y suspension leveling valve, 68Z suspension air control, 67A air brakes-straight truck with parking brake, 62D air dryer, 159 trailer contact socket-combined-air (starting motor 38MT 12V), 41G engine block heater-Cummins, 57B engine exhaust brake, 55M jump start stud, 59C body builder wiring, 3 D-Air suspension internal pump Model # rear suspension: M/M CL-SC/CC, 85W PS-Air ride MRTR/MRTA CL-SC/CC, 58Y AM/FM Stereo radio w/6 CD changer, B6F front floor console, 59A air horn, 925 privacy glass/sliding rear window, 54D dual sail TLSCP trailer TW mirrors-MNL, 166 rear mud flaps, 642 front wheel 19.5 x 7.5 10H polished aluminum disc, and RR wheels 19.5 x 7.5 10H polished aluminum disc. Each truck MUST be installed with Activator II electronic brake controllers. Truck will be subjected to mandatory emissions surcharge and a vehicle delivery charge. The truck bed specifications must be customized to a patented and warranted design to provide an 11’ flatbed with a customized gooseneck 5th wheel ball hitch (2 5/16”) having 2 underbody tool boxes, recessed light boxes, rhino lining on top of bed, one 7 pin electrical plug installed in the ball hitch recess area approximately 12" from the rear of the bed and one 6 pin electrical plug in the hitch receiver area. Each truck must have an auxiliary 94 gallon fuel tank with an electric (not manual) transfer pump. The bed will be approximately 11 feet long on each F650 and must be fully skirted with full-length running boards and covers for the 90 gallon wedge fuel tank with the transfer pump. The steel must be tread plate steel and have a durable coating (i.e. Rhino lining) sprayed inside the bed and up over the lip. This protects the steel from rusting. The ball must be welded into the permanent hitch. The bed must have a trough that allows for easy hook-up of the trailers. The bed must have receiver hitch (15,000 lbs) that is configured to mount other types of hitches. The bidder/customizer will be responsible for taking the measurements/dimensions off our trailers to make sure that said hitch is sturdy, rugged, and compatible with our equipment. It is imperative that the modifications be not only attractive but of the highest quality. The trailers, themselves, have electric brakes. CLAUSES 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. WARRANTY A standard commercial warranty on parts and workmanship is required. Clauses and provisions can be obtained at http://www.arnet.gov. BID SUBMISSION Offers are due either in person or by fax to: Food and Drug Administration C/O Michelle Street 5630 Fishers Lane Rockville, MD 20857 NO FURTHER QUESTIONS REGARDING THIS SOLICITATION WILL BE ALLOWED AFTER APRIL 29,2009!!!!!
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=879253413469176769152b7d6c7e50b3&tab=core&_cview=1)
 
Place of Performance
Address: Food and Drug Administration, Arkansas Regional Laboratory, RMB 229 HFR-SW500, 300 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01800591-W 20090425/090423220506-879253413469176769152b7d6c7e50b3 (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.