Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

23 -- New or Used RV Mobile Lab/Sample Collection Center - Package #1

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336213 — Motor Home Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area, Area Office, 1001 Holleman Drive East, College Station, Texas, 77840, United States
 
ZIP Code
77840
 
Solicitation Number
AG-7MN1-S-10-AA24
 
Archive Date
9/7/2010
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Complete this Provision FAR 52.212-3 and return with your Quotation Pictures of current vehicle to be traded in. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is AG-7MN1-S-10-AA24 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 336213, business size is 1,000 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-43. The USDA, Agricultural Research Service, Livestock Issues Research Laboratory (LIRU), Lubbock, Texas has a need for a 28 foot RV to be use as a Mobile Laboratory/Sample Collection Center. The Government has an RV to be used as a trade-in toward the purchase. Trade-in information can be found in Section VIII. The following will detail the specific requirements. I. GENERAL The United States Department of Agricultural, Agricultural Research Service, Southern Plains Area, Livestock Issues Research Unit (LIRU) intends to procure one front engine chassis type vehicle to be utilized as a mobile lab/sample collection center. LIRU requires a mobile lab that allows processing of samples in the field. Work is often conducted in production settings that do not have facilities available that allow for processing of samples in real time. A CDL shall not be required to drive this vehicle. Vehicle should be serviceable by a regular automotive shop. If used, the vehicle should have mileage in line with the model year. The unit shall be used primarily within the southwestern United States from our Lubbock, Texas office. The vehicle and all equipment accompanying it shall be designed for continuous operation without overheating and undue stress on any component, when the external temperature range is between -20 and 125 degrees Fahrenheit. The vehicle shall comply with all Federal Motor Vehicle Safety Standards, DOT, OSHA, and any regulations that govern transport vehicle construction and operations. All necessary equipment required for full utilization of a mobile lab shall be provided. Reliability, versatility, and price are of paramount importance. All means possible should be employed to meet these criteria. Below are the minimum vehicle requirements. II. BODY DESCRIPTION The vendor/contractor shall provide a mobile lab/sample collection center vehicle that meets the following minimum specifications: The exterior and interior of the body shall be constructed of upgraded high quality industrial materials that can be cleaned and maintained easily. The overall length of the vehicle shall be 28 feet minimum, with one side entry door and one 8' wide and 6' tall rollup door in the rear of the vehicle. The unit shall also have a food prep area (coffee maker, microwave, and refrigerator), 2 A/C units, heater(s), automatic switch over industrial 5.5 KW or greater low-noise generator, automatic switch over to 110 volt inverter(s) with battery power for AV equipment, radios, satellites, and food prep appliances, an automatic switch over to land power outlet(s), all land power cords, a land powered automatic chassis and body battery charging system, exterior same keyed lockable compartments, two ceiling air vents, insulated walls and ceiling, two combo smoke and carbon monoxide detectors, and provide a road hazard safety kit. The bathroom and food prep areas shall be equipped with an electric pump plumbing system that fills and dumps holding tanks from the outside. The unit shall be divided into two areas by a door. All fabrics are to be uniform in color and texture; the acceptable Government color is gray. The acceptable Government color for the vehicle exterior is white. The forward area shall have a minimum of two work areas, 2' deep by 5' wide work areas, each with: two 110 volt outlets and a non-permeable counter top. The forward area shall also storage cabinets, an entry/exit door with steps. The rear area shall be an open area measuring at least 8'w by 8'l by 6' h. This area will be accessible from the outside via an 8' wide roll up door. This area should be washable with water and be able to be disinfected, i.e. non permeable surface. The vehicles' roof should be able to support people. The roof should be accessible from the interior of the unit. A minimum of two 110 V outlets to be located either side of the rear compartment. The Government will entertain alternate specifications which meet the Government's stated requirements. III. CHASSIS The vendor/contractor shall provide a mobile lab/sample collection center vehicle that meets the following minimum specifications: The chassis shall have a minimum GVWR of 14,000 lbs with a maximum GVWR of 20,000 lbs. A CDL shall not be required to drive this vehicle. The Chassis shall be equipped with rear axle no-spin, lockable, or limited slip differential, anti-lock braking system, heavy duty engine cooling system, engine block heater, 5 speed automatic transmission with overdrive if available, front and rear mud flaps, minimum 310 Hp engine, minimum 50 gallon fuel tank(s), backup alarm, heavy-duty dual battery system, front and rear tow hooks, high output alternator, tire tools, and a separate transmission oil cooler if available. All diesel power plants (if used) shall have the latest, factory installed emission control devices. The chassis cab shall have an upgraded interior with remote power mirrors, daytime running lights, remote, keyless entry, tinted windows, intermittent wipers, hi-back full power or full air ride bucket seats with fold down arm rests, center console, AM/FM/CD/clock clock stereo, power windows, air conditioning, exterior assist entry handles, cruise control, tilt steering, power steering/power brakes, driver and passenger airbags, upgraded full gauge package with alarms, upgraded industrial interior and additional 12 volt outlets. IV. ELECTRICAL AND LIGHTING The mobile lab/sample collection center shall be equipped with separate 115V AC and 12V DC circuit breaker control panels in an area with the generator control panel. Each electrical system shall employ automatic switches for power selection when available. The mobile lab/sample collection center shall be fully functional while operating on the 110 volt system. The 110 volt system shall be powered by a land power line(s) or the generator. The 12 volt battery system shall be powered and charged by a land power line(s), a generator, and/or the chassis alternator. Adequate switch operated lighting (office space lighting equivalent) shall be provided. The generator to power the command post shall be sized appropriately to power all systems and plumb to the chassis fuel system so as not to empty the tank (s). Three exterior 115V duplex outlets shall also be furnished. The wiring and generator installation will conform to the present National Electrical Codes. V. ACCESSORIES The following accessories shall be provided: • Ramps for access into the rear compartment. • Cylinder holder for tanks, i.e. large CO2/O2, in rear compartment. • Ladder inside rear compartment to access roof. • Three sets of keys and controls. • One set of vehicle manuals. VI. ACCEPTIBLE USED EQUIPMENT If quoting used equipment the following minimum requirements do apply. • Not older than a 2004 model vehicle. • All equipment and accessories as specified in this solicitation shall be in excellent working condition and no older than year model of the vehicle. • Maximum millage shall not exceed 6,000 miles per year. VII. WARRANTY If quoting new equipment the following does apply. • 3 years or 36,000 miles on the engine, transmission and driveline • 1 year warranty from the manufacturer on the house components, i.e. air conditioners/heaters, water heater, refrigerator, stove, oven, microwave and all other appliances. • Must include manufacturers warranties for house components if they exceed the standard 1 year warranty. If quoting used equipment the following does apply. • 100% warranty for the first 7 days on all appliances and adjustments. • 90 days or 9,000 mile 50%/50% warranty from purchase date which includes: RV part of unit; heating, cooling, water, propane, generator, rain leaks etc. VIII. TRADE-IN EQUIPMENT The USDA intends to trade-in the following vehicle at the time of delivery. Pictures are provided as an attachment to this solicitation. • Vehicle: 1988 Ford Econoline Motor Home E350 • Millage: x35,000, we think it is actually 135,000 but there are only 5 digits • VIN: 1FCKE33GXJHB68445 Please show the trade-in value as a separate line item on your price quote. IX. DRAWINGS A detailed description and drawings of the vehicle and the equipment shall be furnished with the quote. The drawings shall be approved by LIRU prior to completion of the contract. X. SHIPPING/DELIVERY INSPECTION/TRAINING Transportation charges to the Lubbock location shall be included in the vehicle cost. The vehicle shall be delivered to the following address: 1604 East FM 1294, Lubbock, TX 79403. All items will be visually inspected to ensure completeness of order. The vehicle will be road tested by contractor and Project Officer to ensure that performance is in compliance with specifications. The generator will be operated to ensure that performance is in compliance with specifications. Final test will be subject to technical acceptance by the user. Once the vehicle is delivered and accepted, the vendor will be responsible for providing training for operators of the following topics at the delivery location: 1) vehicle check-out, start-up, operation, and shut-down procedures, 2) generator check-out, start-up, operation, and shut-down procedures, and 3) command post and equipment maintenance requirements. Price to include delivery to the USDA, ARS, LIRU, 1604 East FM 1294, Lubbock, TX 79403. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include descriptive literature in sufficient detail to evaluate their product against the above minimum specifications. A minimum of 3 references is required and must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references). The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at ; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/far/index.html. Attached to this solicitation is a copy of the Provision at FAR 52.212-3 for your convenience. Contractors intending to conduct business with the Federal Government MUST register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register online at www.ccr.gov or by calling (866) 606-8220 or (334) 206-7828. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than COB 4:30p.m., August 23, 2010. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SPAO/AG-7MN1-S-10-AA24/listing.html)
 
Place of Performance
Address: USDA, ARS, LIRU, 1604 East FM 1294, Lubbock, Texas, 79043, United States
Zip Code: 79043
 
Record
SN02232624-W 20100808/100807000008-45ebff7d3626db0da008f065ff361f5c (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.