Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

24 -- TRACTOR - USED TANDEM AXLE

Notice Date
3/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10332291Q
 
Response Due
4/11/2010
 
Archive Date
3/17/2011
 
Point of Contact
Ingrid Pace, Buyer, Phone 216-433-2772, Fax 216-433-2480, Email Ingrid.Pace-1@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Ingrid Pace
(Ingrid.Pace-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for A Used Tandem AxleTractor with the following specifications: Manufactured in 2007, 2008, or 2009Low-boy tractor80,000 lbs GCWRB20 Biodiesel fuel compatible (preferred)100 gallon capacity Aluminum fuel tankFuel / water separator475 HP minimum diesel engine10 speed Fuller manual transmission Manual transmission oil coolerEaton Fuller solo easy pedal clutch160 WheelbaseFront axle: Non-driving, Wide track, I beam type with 12,000 lb capacityRear tandem axle: Single reduction, 0.433 wall housing thickness, 40,000 lbs capacity with R wheel ends gear ratio: 4.11Rear air suspension, tandem 55 axle spacing, 40,000 lb capacity, 9.5 rideheight, with shock absorbers mounted inboardSuspension air control valveSteering column tilting and telescopingAir brake ABS full vehicle wheel control system (4 channel)Air dryer, Bendix with heaterFan driveAutomatic slack adjusters on front and rearConventional cab Air suspension, vinyl high back drivers seatBlack rubber floor coveringInterior mounted grab handlesAir conditioningTinted windows (all)Power windowsAM/FM Radio with Weather band and clock, including dual speakersBack up alarm, 102 dBAParking brake alarmInterior center mounted dome lightHeadlights on with wipersHalogen, including daytime running lightsWindshield wiper speed controlTest exterior lightsEngine block heaterBlock heater socket, receptacle type mounted below drivers doorWhite painted exteriorChrome exterior grab handles on each side of cabTwo steps per doorWhite powder coated wheels11R22.5 XZY-3 LHS (Michelin) 495 load range G, 14 ply tires (or equivalent) onfront and 11R22.5 XD4 (Michelin) 495 load range H, 16 ply tires (or equivalent ) on rearSingle stainless steel vertical mounted exhaust system Mirrors; 2 (Lang Mekra) styled, rectangular, 7.09 x 15.75 & integral convexboth sides, 102 inside spacing, breakaway type, heated heads thermostaticallycontrolled, power both sides with LED clearance lights and bright finish heads andbrackets2 front fender mounted mirrorsMirror: lookdown Right side; 6 x 10 1/4 Door storage pockets on both doorsMerritt 24 toolbox TSCRear mud flapsMud flap holdersTrailer hoses and cablesDust shields for front and rear air brakesFifth wheel mounting anglesHydraulic 5th wheel, Bartlett M85Compatible onboard pumping station: The onboard pumping system should be: PTO driven Have a pumping capacity close to 100 gallons per minute compatible with jet fuels such as JP-8, JET A, compatible with Biodiesel fuel The provisions and clauses in RFQ are those in effect through FAC _2005_-38.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333924 and750 employees respectively. The offeror shall state in their offer their size status forthis procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 P.M. EST April 13, 2010 to NASAGlenn Research Center, Attn: Ingrid Pace, 21000 Brookpark Road, Mail Stop 500-302,Cleveland, OH 44135 and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmFAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. All contractual and technical questions must be in writing (e-mail or fax) to Ingrid Pace(Ingrid.Pace-1@nasa.gov) not later than March 30, 2010. Telephone questions will not beaccepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10332291Q/listing.html)
 
Record
SN02094941-W 20100319/100317234935-2b29eb8054241466b4913e5b8dec1b6d (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.