Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

23 -- This is a combined synopsis/solicitation to furnish and deliver a dump truck meeting specifications below to Stockton Lake Project, Missouri. In addition, a trade-in dump truck is to be picked up and credit allowed for the trade.

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-T-0092
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Cynthia Clark, (816) 389-3009
 
E-Mail Address
USACE District, Kansas City
(cynthia.a.clark@usace.army.mil)
 
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 U.S. Army Corps of Engineers, Stockton Lake Project, intends to issue a contract to furnish and deliver a dump truck meeting specifications below to Stockton Lake Project, Missouri. In addition a trade-in dump truck is to be picked up and credit allowed for the trade. Any contract resulting will be firm-fixed price, with NAICS code 333924, size standard 750 employees, and being 100 percent set aside for small business. Specifications follow below: SPECIFICATIONS: "REGULAR CAB with standard safety features, 3 passenger seating, tilt wheel, tilt front end, interior standard features, exterior standard features, rear fixed window, parking brake for cab, parking brake for trailer with appropriate plumbing, white in color "FRONT AXLE multi-leaf springs; rating 10,000 lbs minimum; 10,000 lbs front axle rating minimum; 2 tire "REAR AXLE (SINGLE) multi leaf springs; rating 23,500 lbs minimum; 21,000 lbs rear axle rating minimum; 4 tire "FRAME depth 10.25 inches, width 3.09, thickness.375, at appropriate length to fit a 10 foot dump bed, mud flaps, pintle style hitch, D rings, and Glad Hands. "WHEEL BASE OF TRUCK 154 inch minimum with 10 foot dump bed with PTO driven hoist, mounted on truck (for dirt/sand and like material hauling) SEE DUMP BED SPECIFICATIONS BELOW. "ENGINE turbo diesel, 7.2 liter, 260 hp/660 lb foot torque minimum, frame mounted horizontal exhaust system meeting federal emissions standards for 2010. "TRANSMISSION Allison automatic, 5-6 speed minimum with PTO capabilities for dump bed "ELECTRICAL auxiliary power point, am-fm radio, 130 amp alternator minimum, dual batteries, 12 volt system with standard cluster features and mountings, fuses and breakers, back-up alarm, LED tail lights "BRAKES air, with hookups for both air brake/electrical trailers ( blade type) and appropriate sizing of air compressor "TIRE SIZE 11R22.5 with correct wheel size, white painted steel "SINGLE FUEL TANK with 50 gallon minimum volume "DUMP BED SPECIFICATIONS: 10 foot dump bed; box beam understructure; crossmembers on 12 foot centers; gussets on every crossmember; inch steel floor; 45 degree gussets floor to sides; sides 24 inches high and made of 10 gauge steel with horizontal bracing; 33 inch tall tailgate made of 10 gauge steel, reinforced and double acting; asphalt apron (spread apron); cab protector; air shift PTO for automatic transmission; direct mount pump and controls; hydraulic tank; telescopic hoist and mount; air operated tailgate; Missouri Department of Transportation approved LED lights; backup alarm; mudflaps; safety body prop; painted white. TRADE-IN VEHICLE: 1985 International model 1654 dump truck with 10 foot bed, 188 inch wheelbase chassis, mileage 70,855. Photographs available. DELIVERY DATE: Delivery of the new vehicle, and pickup of the trade-in vehicle, shall be accomplished by 30 November 2010. CCR AND ORCA REGISTRATIONS: Prior to contract award, the successful bidder must be registered in the Central Contractor Registration (CCR) and must also complete the Online Representations and Certifications (ORCA). Websites to accomplish these registrations are: www.ccr.gov and www.bpn.gov. Free assistance with CCR and ORCA registrations may be obtained by contacting the Heartland Procurement Technical Assistance Center (PTAC) at 417-625-3029 or visiting their website at: www.aptac-us.org. CONTRACT CLAUSES: The following FAR (Federal Acquisition Regulation) and DFARS (Defense FAR Supplement) provisions and clauses apply to this solicitation and are incorporated by reference: 52.202-1 Definitions JUL 2004 52.203-2 Certificate Of Independent Price Determination APR 1985 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-6 Data Universal Numbering System (DUNS) Number APR 2008 52.204-7 Central Contractor Registration APR 2008 52.204-8 Annual Representations and Certifications FEB 2009 52.207-4 Economic Purchase Quantity-Supplies AUG 1987 52.211-5 Material Requirements AUG 2000 52.211-9 Desired and Required Time of Delivery JUN 1997 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items AUG 2009 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 Alt II Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Apr 2010) Alternate II APR 2010 52.213-3 Notice to Suppliers APR 1984 52.214-4 False Statements In Bids APR 1984 52.214-5 Submission Of Bids MAR 1997 52.214-13 Telegraphic Bids APR 1984 52.216-24 Limitation Of Government Liability APR 1984 52.219-1 Small Business Program Representations MAY 2004 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JUL 2005 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.223-6 Drug-Free Workplace MAY 2001 52.223-13 Certification of Toxic Chemical Release Reporting AUG 2003 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.225-1 Buy American Act--Supplies FEB 2009 52.225-2 Buy American Act Certificate FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place of Manufacture SEP 2006 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.244-6 Subcontracts for Commercial Items APR 2010 52.247-34 F.O.B. Destination NOV 1991 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items APR 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 TO QUOTE: At a minimum, responsible sources shall provide the following: - A price proposal, including trade-in allowance - Bidders Name, Address, and Telephone Number - Federal tax ID # - Duns # Responses to this solicitation are due by 2:00 pm CST on Tuesday, September 7, 2010 at the Stockton Lake Project Office, 16435 East Stockton Lake Drive, Stockton, Missouri 65785. Quotes may be submitted in person, via delivery service or U.S. Mail, via facsimile to 816-389-3510 or 417-276-3510, or via email to cynthia.a.clark@usace.army.mil. QUESTIONS: Please direct questions to Cindy Clark at cynthia.a.clark@usace.army.mil or phone 816-389-3009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0092/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Stockton Lake Project 16435 East Stockton Lake Drive Stockton MO
Zip Code: 65785
 
Record
SN02250909-W 20100825/100823235015-41aeded0ff57156a1678ccd99d9dc0b2 (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.