Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

23 -- One (1) Stake Bed Truck, Ford Model F550 or Equal, Regualr Cab, 18000 Lbs GVWR, 300HP, Medium Duty Truck, Steel Stake Racks

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Letterkenny Army Depot (AMCOM-CC), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N211T0114
 
Response Due
3/21/2011
 
Archive Date
5/20/2011
 
Point of Contact
Donald Billman, 717.267.5874
 
E-Mail Address
Letterkenny Army Depot (AMCOM-CC)
(donald.billman@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Letterkenny Army Depot Contracting Office, Army Contracting Command (ACC), has a requirement for one 4X2 Stake Bed Truck. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 336112. Standard Industrial Classification (SIC) is 3711. To be eligible to receive an agreement with the Federal Government, interested parties must be registered in the Central Contractor Registration (CCR) online at www.ccr.gov. All responsible contractors shall provide an offer for the following: LINE ITEM 0001 PURCHASE, DELIVERY, AND STARTUP FOR ONE (1) 4X2 STAKE BED TRUCK, FORD MODEL F550 OR EQUAL, REGULAR CAB, 18000 LBS GVWR, 300HP, MEDIUM DUTY TRUCK EQUIPPED WITH AN INSTALLED 14' STAKE BODY WITH 40" BULK HEAD WITH WINDOW, STEEL STAKE RACKS AND A 3,000 LB CAPACITY LIFT GATE. ALL INSTALLED EQUIPMENT SHALL BE THE CORRECT MODEL AND/OR SIZE FOR THE TYPE OF TRUCK SPECIFIED. PRICE IS FOR ONE UNIT DELIVERED. 1.The following minimum truck specifications are required: Body/Chassis 1.1TRIM LEVEL660A 1.2MFG. MODEL CODEF5G 1.3GROSS VEHICLE WEIGHT RATING (min/max- lbs)18000 Cab to Axle 1.4CAB TO AXLE, INCHES108 Engine Minimums 1.5ENGINE TYPE (Cylinders / Liters)6.7L OHV Power Stroke Diesel V8 B20 1.6HORSEPOWER (min)300 1.7TORQUE (lb ft)660 1.8COOLING SYSTEMHDA Engine Accessories 1.9ENGINE HOUR METERrequired Transmission 1.10AUTOMATIC TRANSMISSIONTorqShift 6-Speed Auto w/OD Drive Axle 1.11PRIMARY DRIVE AXLErear 1.12DIFFERENTIAL TYPE/RATIO4.10 Electrical 1.13ALTERNATOR, MIN. (Amps)200-Amps Extra Heavy-Duty Alternator 1.14BATTERY, MIN. (CCA)Dual 78 AH Batteries Fuel 1.15FUEL CAPACITY MIN GALLONS40 Exterior 1.16EXTRA WIDE MIRRORSrequired Doors and Windows 1.17DOORS2 1.18WIPERS-WINDSHIELD-INTERMITTENTrequired Lights and Lighting 1.19DAYTIME RUNNING LIGHTSrequired Interior 1.20AIR CONDITIONINGrequired 1.21POWER STEERINGrequired 1.22UPHOLSTERYVinyl Floor 1.23FLOOR COVERINGVinyl Radio 1.24AM/FM RADIO WITH COMPACT DISC PLAYERrequired Seats 1.25SEATING CAPACITY min.3 1.26SPLIT FRONT BENCH SEAT40/20/40 Safety 1.27POWER ANTILOCK BRAKES, FRONT AND REARrequired 1.28RESTRAINT SYSTEM, ALL SEATED POSITIONSrequired 1.29FRONT SUPPLEMENTAL RESTRAINT SYSTEM DRIVER & FRONT PASSENGERrequired Suspension 1.30SUSPENSION/SHOCKSrequired Tires and Wheels 1.31LOAD RANGEG 1.32SPARE TIRE ASSEMBLYFull Size 1.33TIRES225/70Rx19.5G BSW AS (6) Vendor Furnished Body Items 1.34BODY LENGTH, 14 FTrequired 1.35BACK-UP ALARMrequired Warranty 1.36OEM CORROSION WARRANTY5 yr/Unlimited Miles 1.37OEM POWERTRAIN WARRANTY5 yr / 60,000 mile 1.38OEM COMPREHENSIVE WARRANTY3 yr/36,000 mile bumper to bumper 1.39CONTRACTOR COMPREHENSIVE BODY WARRANTY1yr / 12000 miles 2. Lift Gate Specifications: Lift Gate will meet all specifications including safety, electrical and manufacture to be installed onto the truck. Lift gate will be a Thieman M Series "stow away" type lift gate that is able to hold up to 3000 pounds and the correct dimensions for the truck. 3. Manuals: Operator manuals, maintenance service/parts manuals shall be provided for the truck and installed features. These manuals must be written in the English language. 4. Preservation, Packaging and Delivery: If delivered by carrier, the contractor shall utilize standard commercial methods for preservation and packaging appropriate for the truck and acceptable to commercial carriers. As a minimum, all areas of the truck susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. If driven to LEAD, truck shall arrive in clean condition, free of mud and salt, and must be scheduled for delivery during dry road conditions. Truck will be delivered to Bldg. 3239, DPW Transportation Services Branch. 5. Start-Up: Vehicle start-up will be conducted by the vendor or an authorized service representative. All start-up actions and adjustments of the truck and installed equipment are the responsibility of the vendor or authorized service representative and will be completed prior to final acceptance. 6. Final Acceptance: Final acceptance shall be determined by the successful completion of all provisions of this contract as determined by an inspection and operational test of the unit upon receipt by the depot. 7. Statement of Compliance 7.1 Each Bidder must fully complete the following Statement of Compliance. Failure to complete the Statement of Compliance can result in a bidder not being considered for award of this project. 7.2 If the Bidder is unable to meet the required specification for any paragraph, the Bidder needs to mark "Non-comply" and the reason they are unable to comply. Alternatives to the specified requirement should be described in sufficient detail to allow the government to determine if the alternative meets the performance intent of the specification. 7.3 Indication that the Bidder complies with a listed paragraph means that the Bidder understands and intends to comply with that paragraph and its sub-paragraphs. If the Bidder feels that any paragraph in the specification is unclear or needs to be revised, this needs to be covered with the Contracting Officer and resolved prior to submitting the Statement of Compliance. Any revisions to the SOW and/or Statement of Compliance will be coordinated through the Contract Officer's representative so that all parties involved in the bidding process are notified in a timely manner. 7.4 Sub-paragraphs are included in this Statement of Compliance when the government feels that the contents of that sub-paragraph merit specific compliance certification. Omission of certain paragraph's or sub-paragraphs from this Statement does not mean that compliance with the requirement is optional. STATEMENT OF COMPLIANCE REQUIREMENTCOMPLY NON-COMPLYALTERNATIVE OFFER WITH EXPLANATION 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 1.30 1.31 1.32 1.33 1.34 1.35 1.36 1.37 1.38 1.39 2.0 3.0 4.0 5.0 6.0 The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offeror-Commercial Items. In accordance with FAR 52.212-2, the award decision will be based on the lowest priced technically acceptable offer. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial Items or do so online at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.209-6 Protecting the Government Interest When Subcontracting; 52.211-6 Brand Name or Equal; 52.211-17 Delivery of Excess Quantities; 52.212-4 Contract Terms and Conditions- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-19 Child Labor Cooperation With Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act - Supplies; 52.52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer -Central Contractor Registration; 52.233-3 Protest After Award; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order; 52.247-34 F.O.B. Destination; 252.204-7004 Required Central Contractor Registration; 252.243-7001 Pricing of Contract Modifications; 52.211-15 Defense Priority and Allocation Requirements; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.223-18 Contractor Policy To Ban Text Messaging While Driving (Sep 2010). In accordance with 252.211-7003, Item Identification and Valuation, the Contractor is to enter required information as prescribed in paragraph (c)(1)(i) for CLIN 0001 Stake Bed Truck. AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Payment by electronic fund transfer in accordance with L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (October 2010) is the preferred method of payment for this action. All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF helpdesk at 1-877-232-9293 or http://www.dfas.mil/contractorpay/electroniccommerce/wawfvendortools.html. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, company invoices and reports, etc.) can be included and attached to the submission via WAWF. Attachments created in any Microsoft Office product or Adobe Acrobat are attachable. Total limit for the size of files per invoice is 5 megabytes (MB). Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is www.ccr.gov. Offers are due by 21 March 2011, 9:00AM Eastern Standard Time (EST). All questions should be submitted no later than 16 March 2011 to ensure they are considered. Submit offers via fax to (717) 267-9834 (Attn: Don Billman) or email to donald.billman@us.army.mil. Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Donald Billman, 717-267-5874 Letterkenny Army Depot (AMCOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a03d1ee3d3ce452e30ea799ddebe297)
 
Place of Performance
Address: Letterkenny Army Depot (AMCOM-CC) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02400301-W 20110316/110314234507-5a03d1ee3d3ce452e30ea799ddebe297 (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.