Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

23 -- Roll-back truck bed - Fabricate/Install

Notice Date
5/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-09-0035
 
Archive Date
6/13/2009
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Anna Bryant, Phone: 540-265-5115
 
E-Mail Address
shelmick@fs.fed.us, ambryant@fs.fed.us
(shelmick@fs.fed.us, ambryant@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT INFORMATION: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This solicitation is identified as AG-3395-S-09-0035 and is issued as a Request For Quotation using simplified acquisition procedures. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. SET-ASIDE: This solicitation is a Total Small Business Set-Aside. The applicable NAICS code is 336211, the small business size standard is 1,000 employees. DESCRIPTION OF REQUIREMENT: Interested sources shall submit a lump sum price for the following: Fabricate, furnish and install a 24 ft roll-back truck bed on a Freightliner M2112 cab and chassis, with the cab to trunion of 135” to 138”, which will be furnished by the Government. The roll-back bed will be used for transporting a John Deere 450J LGP crawler tractor, or equal, that is used in forestry operations. The bed shall have a 30,000 pound rating with a 26,000 pound payload capacity. Primary considerations are reliability and operator safety. The Forest Service vehicle shall be delivered to the Contractors place of business for installation of the bed. Body unit shall be the product of a single manufacturer who is actively engaged in the production of roll-back transport truck beds and have the manufacturers’ latest improvements in design and construction. The materials specified below are required minimums. Materials of equal or better quality may be used in body fabrication. Alternate but equal body designs may be acceptable. Alternate designs must be approved by the Forest Service Contracting Officer in writing prior to fabrication. All dimensions are nominal dimensions. 1.Bed length shall be 24 ft. 2.Bed width shall be 102 inches 3.Full headache rack with chain rack, work lights and turn signal indicator 4.Loading lights mounted on headache rack 5.1/8” steel deck plate over treated pine floor with gouger bars on 12” centers on each side. Two (2) “A” shaped track blocks 12” high. 4” x 8” x 12” angle side rails with stake pockets and six (6) D rings per side 6.Sharp rear tapered approach with ˝” approach plate lip 7.Guide Rails measuring 2” x 2” 8.Long Members: Long members shall be 6” I-beams 9.Cross Members: Cross members shall be 3” I-beams on 12” centers 10.Stabilizers: Two (2) rear hydraulic stabilizer cylinders – 4” 11.Rear hydraulic controls with wireless remote hydraulic controls 12.Truck hydraulic wet kit with air shift P.T.O. 13.Hose track: Hydraulic and electrical lines to be installed in hose track 14.Winch shall be 20,000 lb hydraulic with full width guards 15.One (1) 18” x 18” x 60” utility tool box shall be mounted on the bed. Toolbox shall be lockable, waterproof and equipped with weather seals 16.Lighting and reflectors shall be installed per ICC regulations 17.Primer: Prime coat completely as per primer manufacturers’ recommended procedure 18.Paint: Finish coat completely with two (2) coats acrylic enamel as per paint manufacturers’ recommended procedure, with body manufacturers’ standard gloss black 19.Mud flaps shall be solid black in color and without advertisement and shall be installed behind rear wheels with anti-sail bracing 20.Identification: The body shall bear the manufacturers’ name, trademark, model designation and serial number stamped on a corrosion resistant metal plate securely affixed to the left front corner of the body 21.Marking: There shall be no lettering of any type in the form of advertisement on any part of the finished unit. 22.Warranty: The successful quoter shall warrant the assembled/installed roll-back bed against parts failure or malfunction due to design, construction, or installation errors, defective workmanship and missing or incorrect parts as covered by the manufacturers’/installers standard warranty as offered to the general public for the current year of manufacture. The warranty period shall be twelve (12) months from the date the unit is placed in service. If the Contractor receives from any supplier additional warranty on any component, in the form of time and/or mileage or the Contractor generally extends to his commercial customers a greater or extended warranty, the Government shall receive corresponding warranty benefits. Completed copies of all warranties shall be provided to the Government. The warranty begins when the Government accepts the completed unit from the Contractor FOB point or destination. GOVERNMENT-FURNISHED PROPERTY: Forest Service will provide a 2009 Freightliner M2112, Cab and Chassis, 6x4, 54,600 GVWR, with Cab to Trunion of 135” to 138”. DELIVERY: Government shall pick up truck upon completion of roll-back bed fabrication and installation at Vendor’s place of business. Desired delivery date is 45 days from date of delivery of Forest Service vehicle to Vendor’s place of business. EVALUATION INFORMATION: Quotes will be evaluated using the following factors: 1.Technical capability of product to meet Government requirement. 2.Price: Governments evaluation will include total cost to the Government for delivery to and pickup from the Contractors fabrication/installation facility. 3. Past performance of contractor. Technical and past performance, when combined, are equal to price. Contractor shall provide information on these evaluation factors. Government shall inspect and approve the fabricated bed before it is installed. A fixed price contract will be awarded from this solicitation. PROVISIONS AND CLAUSES: The following apply: 52.212-5, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and 52.245-1, Government Property. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. All FAR clauses and provisions may be viewed on the web at www.arnet.gov/far/current/html/FARTOCP52.html SPECIAL NOTICE: Successful contractor must be registered in the Central Contractor Registration database (www.ccr.gov) and have a completed record in Online Representations and Certifications database (https://orca.bpn.gov/) prior to award of contract. Vendors must submit taxpayer identification number and DUNS number with their quotation. SUBMISSION OF PROPOSALS: Submit on company letterhead or form, no later than close of business on May 29, 2009. You may fax your proposal to Sherry Helmick at 540-265-5109 or mail it to: USDA Forest Service, 5162 Valleypointe Parkway, Roanoke VA 24019-3050. Include descriptive literature and warranty provisions (if applicable) and proposed time required for fabrication and installation with your proposal. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us for additional information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-09-0035/listing.html)
 
Record
SN01821505-W 20090520/090518235418-da0e78ca8ce37c89901b8324c252420e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.