Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

23 -- Swamp Buggy for Big Cypress National Preserve

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - Big Cypress National Preserve BICY - Acquisition & Property Management33100 Tamaiami Trail E Ochopee FL 34141
 
ZIP Code
34141
 
Solicitation Number
Q5120102097
 
Response Due
8/19/2010
 
Archive Date
7/20/2011
 
Point of Contact
Mary R. Stefanos Contract Specialist 2396951104 mary_stefanos@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number, Q5120102097, is issued as a Request for Quotation (RFQ). This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502-2 (a). The NAICS is #336112 and Small Business Size Standard is 1000 employees. The National Park Service intends to issue one firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and delivery time and past performance considered. FOB: Destination: Pricing must INCLUDE delivery to 33100 Tamiami Trail E, Ochopee, FL 34141. Contractor shall a buggy and trailer described below: IF YOU HAVE TROUBLE READING TEXT THAT MIGHT TRANSPOSE DURING ELECTRONIC TRANSMISSION, PLEASE email Mary_Stefanos@nps.gov. Line Item 0001To be used in adverse terrain conditions. The final product shall be a complete and functional vehicle in all respects and require no additional parts or modifications to be safely and efficiently used for travel over and through roads, rocky, or uneven terrain, mud and wet marsh/swamp, cypress trees, terrain typical of south Florida. Buggies engines, drive train components and trailers will be of the manufactures latest design, capable of transporting employees and equipment in continuous operations through graded roads, marshes, swamps, and other adverse terrain conditions. All parts must be new or remanufactured to original specifications. Receipts will be required to verify this. When brand names are specified, identify any equivalents. Dry road speed at a minimum of 20 mph to reduce travel time between work sites. The buggy must not sway at 15 mph speed. Power assist steering and with short turning radius are required to provide excellent maneuverability. High floatation tires, front and rear are needed to protect terrain. Low center of gravity for increased stability when traveling over logs, stumps, rocks, soft ground and holes. Well laid controls and comprehensive instrumentation. Warranty and parts list: Successful offeror will supply a parts list of all commercially manufactured components including size and grade of aluminum and steel. All components shall carry a minimum of a full one year warranty. Engine: V8 350 Chevrolet General Motors gasoline (3 Year Warranty on Motor). The engine shall meet all standard specifications including non-computerized distributor and carburetor. Exhaust System: Exhaust system will be quiet and without leaks. System will include new muffler and meet or exceed automotive standards. Cooling System: The radiator will be an aluminum 3 core heavy duty with shroud on cooling fan. In addition, an external heavy duty Hayden model 405 transmission cooler will be mounted and protected in front of radiator. Drive Train: Primary Transmission- GM Turbo Hydro-matic 350 with non-locking converter. Gearbox-SCS or equal quick change gear reduction transfer case. Must be aluminum case to keep weight down. Must be equipped with helical gears for less noise. Separate oil tank with breather cap. Gear reduction should be 2 to 1. Running Gear-Front and rear end Rockwell 2 ton with 6:72 gearing. Both must be new condition. Steering front axle must be shortened for increased turning ability and overall width. Shortened front end must have two factory built short axles. No Welded axles will be accepted, new boots and seals. Wheel bolt pattern 6 lug on 8.88 bolt circle. U-joints-Hardened type 1410 Series. Suspension: 4 link suspension for maximum axle travel and superior ride. Must be minimum 10" shock travel with coil over weight bearing shocks. (minimum 350 lbs per sq in) maximum 110 wheelbase. All rod ends must be 1" bore with 1 1/4 threaded shaft stainless steel. Torsion bar tubing minimum 1/4" wall. All 4-links brackets must be 3/8" thick material minimum, cut with laser or high def plasma for accuracy. All bolts grade 8 with ny-loc nuts. Suspension must have limiting straps to keep shocks from overextending. 4-Link cradle should be built to protect gear reduction case and drive shafts. Drive shafts new 1410 series with minimum 3"OD tubing. Steering Type- Full hydraulic: Char-Lynn 211-1008. Steering/Gage console must be 1/8" tread aluminum bolted to floor at least 30" wide to house police radio and other electronics (GPS, Control Panels, switches). Mounted for left seat steering. Steering column must be new stainless steel (OD Green in Color) equal with 13" to 15"steering wheel steering column mounted directly to orbital valve. Steering cylinder minimum 2" bore mounted on front end to allow maximum turning. All hoses from orbital valve to cylinder and pump must be stainless steel braided hoses and mounted in proper poly blocks to prevent wear. Console: Console/Dash will be at least 30''/ enough room to fit all required electronics. Police Radio will be in dash column sealed inside weather tight box. Antenna for police radio will be installed. A GPS will be installed in the Console/dash. (Radio, Antenna and GPS will be provided by the government). Switches will be accessible within steering column Wheels: (New parts required) Wheel size and type- Rim diameter 16.1 inches. All four rims to match width of cut axels. Weld beads to prevent tire slip. 5" spacing. Tires- New 21.5 X 16.1 R1 bar tread Good Year. (Tires mounted tubeless on custom 16" wide wheels. Wheels should be built for total width of buggy to not exceed 94" and still allow full turning radius. Inflation pressure-5lbs to 8lbs front and rear. Dimension and Measurements: Wheel base-110" Maximum, Overall Length-180" maximum, Overall width 92" maximum, Overall width of deck 84", Overall height of deck 72" maximum, Weight not to exceed 5,400 lbs. Fuel tank: 30 gallon minimum, custom aluminum Frame: Width of frame inside measurements: Max 30" outside at front to allow max steering, Custom built tube frame 2x4 3/16 inch steel rec tube. Fabricated engine, transmission, steering and suspension mounting brackets, closed welds. Deck/Body: Flat Style 84" x 156" Deck: Aluminum tread plate (1/8" thick) (OD Green in color). All deck and railing corners to be rounded. Remove all sharp edges for safety. Fastener should be minimum 3/16 diameter no more than 6" apart on cross members and outside rails. Railing around deck will have expanded metal from deck to top of railing to prevent items from falling out. Bed area will have built in brackets for 2-stoke litter Paint & Color: Type-All steel to be cleaned (Sand blasted) Primed with red iron rust inhibitor. Finished-Enamel (OD Green). Two coats of paint-exterior automotive acrylic enamel. All aluminum (OD Green in color). Bumper: 2x4 x 3/16" rec tube with bracket mount for Warn Winch. Mounted will have a receiver type hitch so that the winch can be moved from front to rear. The winch will be supplied by vendor. A Warn 12,000lb winch will be used. Entry Point: Entry points will be provided at rear and front railings. Step are front and rear for access. Must have a minimum of 20" of ground clearance. Non-Slip. Using weld bead or tread aluminum. Hand Rail: 30'' high safety railing 1" anodized aluminum pipe with center horizontal bracing. Safety rail must be attached to deck no more than 36" apart around perimeter. Tool Boxes: Aluminum-7 total. 1 under each passenger seat. 2 Tool boxes will be above rear tires. 1 Tool box will be placed on either right or left side in between front and rear tires. Tool box will be placed under driver seat which will contain electronic box for Law Enforcement PA System and Emergency lights. Instrumentation: Illuminated gauges for oil pressure, water temp, amperage, fuel level, and hour meter. All gauges will be water-proofed marine grade gauges. A water proof wall receptacle type outlet needed for a hand help spot light Switches: All switches will be water-proof marine grade. Two long range driving lights. 2 Rear Clear Backing Lights (Clear Lenses), and 2 Tail Lights (Red Lenses) Electrical System: 3 Type 12 Volt outlets, 2 heavy duty batteries (825 cranking amps minimum) mounted in an enclosed dry storage box with easy access to reach batteries. Wired through a readily accessible marine grade control switch for independent operation. Alternator-80 amp minimum. Wiring shall meet or exceed marine standards with labeled fuse panel. Seats: 4 Bucket style front and rear seats on individual aluminum tread plate seat boxes. Seats must be new with arm rest. Seat boxes must have water tight doors for storage under seats. Front and rear seats will have lap belts. Vinyl seat covers to protect all seats Shifter: Steering column shifter for more floor space Accessories: 2 front running lights mounted for protection from trees. 1 center to rear mounted Water-Proof, lockable tread plate gun storage box mounted flush into the floor of the deck. Dimensions of Gun Storage box 24"wide x 54" Long x 15" high with proper padding. (Water has to be able to drain away from lip of box; no water can have access to box). Emergency Law Enforcement lights: (Provide Mount Locations and Associated Electrical source wiring). Install Emergency Blue/Red LED lights will be visible from (360 degrees). (Will be provided by the government) Flush mounted in buggy (Lights will be in Steering column and other areas that are suitable for full 360 degree coverage. A PA system will be installed in buggy (must be in a secure place out of weather). Lights and PA system to be provided by the government. Roll Bar: Centered as not to obstruct area in center of buggy, (no obstacles in the width of the roll bar). Height of roll bar can be standard. Front & Rear Spreader lights will be placed on roll bar. Fore/Aft Brush Guards intergraded into roll bar. Hard Canopy Top (ABS Plastic): Hard Canopy Top will be placed on buggy w/ recessed design to protect roof. Hard Canopy Top will cover both front and rear seats & storage area. Bimini top will go over Roll Bar. Hard Canopy Top will be Black in Color and will be removable. Hard Canopy Top will have a cover that can be placed on it when not in use. Buggy Qty: 1 X $ _______each = $____________ Line Item 0002Trailer: Trailer able to transport swamp buggy safely. Double axel Goose neck trailer with 15" Tires (6 ply) with folding ramps attached to trailer and fold down to the ground. Built in tie downs, 2 Spare tires with mounting brackets, Marine-sealed LED lights which meet DOT Standards, Tongue Jack and 2 and 5/8) latch design coupling. Trailer Qty: 1 X $ _______each = $____________ Delivery time after receipt of order (ARO): ________________ days Offeror Information: *********************Company Name: _______________________________ DUNS: __ __ __ __ __ __ __ __ __ Company Address: _____________________________________________________ Point of Contact: Name: _________________________ Phone # ________________________ Email: _____________________________ Signature: _____________________________ Date: _______________ The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideas.nbc.gov. This service is provided for convenience only and does not serve as a guarantee notification. Subscribers to this service are ultimately responsible for reviewing http://ideasec.nbc.gov site for all information relevant to this solicitation. Any Amendments to the solicitation will be posted in the same manner as the solicitation. Potential Offerors will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. FAR provisions/clauses listed below apply. These clauses and provisions are available in full text on the Internet at http://www.acquisition.gov/far. FAR 52-204-7 Central Contractor Registration (CCR), 52.212-1 Instructions to Offerors - Commercial Items, 52.212-2 Evaluation-Commercial Items applies, while price may be a significant factor in the evaluation of offerors, the final award decision will be based upon a combination of price, delivery time and past performance. 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; items (a) 1 and 3; (b) 8(i),18,19,20,21,22,24,31 and 31(iii); and Executive Order 13513- Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving- As prescribed in Federal Leadership on Reducing Text Messaging While Driving Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (Oct, 2009) Questions: Any questions regarding the RFQ must be submitted via email to Mary_Stefanos@nps.gov by noon (EST) on Friday, August 6, 2010. NO oral questions will be accepted. Submitting a Quote: (Any contractor interested in obtaining a contract award with the National Park Service must be registered at www.ccr.gov, http://orca.bpn.gov AND http://ideasec.nbc.gov) The deadline for receipt of quotes is Thursday, August 19, 2010, 3:30 pm (EST). Quotes must be submitted by completely filling in the DELIVERED pricing and company information above. Pricing must include, at a minimum, unit price, extended price, delivery time, etc. All quotations must be signed by an authorized company official. Submit quotes by either (1) via email to Mary_Stefanos@nps.gov or; (2) mail to Big Cypress National Preserve, Attn: Mary Stefanos, 33100 Tamiami Trail E, Ochopee, FL 34141. Quotes must be received by August 19, 2010, 3:30 pm (EST). PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q5120102097/listing.html)
 
Place of Performance
Address: Buggy will be delivered to:Big Cypress National Preserve33100 Tamiami Trail EOchopee, Florida
Zip Code: 341411000
 
Record
SN02211856-W 20100722/100720235407-d6c966623b812654b6bc4356b2dc3536 (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.