Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
MODIFICATION

23 -- Tank Trucks: gasoline & water

Notice Date
4/11/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Border Enforcemnebt Contracting Division, Spokane, WA 99218
 
ZIP Code
99218
 
Solicitation Number
PR20069348
 
Response Due
4/16/2012
 
Archive Date
10/13/2012
 
Point of Contact
Name: David Moss, Title: Contracting Specialist, Phone: 5094683869, Fax: 5093532563
 
E-Mail Address
david.a.moss@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number PR20069348. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 336228_03. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yuma, AZ 85365 The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, Gasoline Tanker truck,OFF-ROAD, 6x6, 2,000 gallon capacity. Comparable to: Walker Defense Group 2000 gallon Fuel, dual rear axel GROUND PRODUCTS ? 2000 GALLONMODEL: 2MA100SCANDAS-DUALCab & ChassisChassis shall be a 6 X 6, minimum GVW 54,000 lbs (yes, requestor wants vehicle rated this GVWR), Diesel engine -300-hp, 860 torque, and automatic transmission. Meets FED STD 807 Tank:2,000 Gallon one compartment aluminum alloy fully baffled, overturn protection, future vapor recovery ready, manhole with venting, full length under-frame. Tank is DOT406 compliant. Tank is painted one color. Pumping Systems Components rated for 100 gallons per minute. Hot shift PTO, pump inlet strainer, positive displacement pump, meter with air eliminator, reset counter and totalizer,pressure gauge, electric rewind hose reel, 1-1/2? x 100? hose, swivel and nozzle. Dispensing equipment mounted on open platform (one each side) of unit.Loading System:Tank is bottom loading ready which includes; Internal bottom loading valve, Kamlock style dry break adaptor, pressure gauge, manual shut off valve, Jet level sensor and overfill pre check valve. Tank is also capable of being loaded through the man way on top of tank.Miscellaneous:Brake interlock for PTO and bottom loading operations with brake override capabilities, pumping system operation and parts manual, light at pumping platform and register head, floodlight at cabinet area, weather proof electrical junction box, rear fenders, tank access ladder, tank water drain, schematic and operating plates, 20 lb fire extinguishers, static ground reel with clamp, oneemergency shut down control, tank capacity chart with gauge stick, product placards and product decals. Unit meets requirements of NFPA 385.Training:Onsite training at Yuma, AZ must be provided for the equipment within 30 days of delivery.Color: TAN. TIRES: Comparable to Continental HDR1 on ALL wheels. OFF Road type tires.ACCESSORIES (installed): Side storage cabinet; flashing beacon. Air drivers & passenger seat; Air Conditioning; Back up alarm; am/fm/cd radio; Driver controlled locking differential; engine block heater; engine hour meter.NOTES: Replace open platform w/aluminum cabinet, rear mount. Air Adjustable bypass; Defuel thru stub unmetered and gravity drop. Shorten fuel hose from 100 ft to 75 ft.NO FEDERAL VEHICLE EXCISE TAX. We will provide Excise Tax exemption certificate; NO other taxes or license fees. We will require the manafacture's Certificate of Origin., 1, EA; LI 002, Potable WATER tanker truck, OFF ROAD, 6x6, 2,000 gallon capacity. Comparable to: Walker Defense Group 2000 gallon Water, dual rear axel POTABLE WATER TRUCKS ? 2000 GALLONMODEL: ENON300011SS-SE-0DBCab & ChassisChassis shall be a 6 X 6, minimum GVW 54,000 lbs,(yes, requestor wants vehicle rated this GVWR), Diesel 300-hp, 860 torque, and automatic transmission. Fed Std 807Tank:Tank and chassis interface shall be designed to prevent damage to tank during off-road operations. Tank shall have a minimum of 2000 gallon effective capacity including suitable expansion space. Tank shall consist of a single compartment. Tank shall be constructed from stainless steel suitable for potable water. All tankfill openings and vents shall be protected against overturn damage. Tank shall have one lockable (by padlock) manhole. All materials which may come in contact with the potable water shall be non-toxic, non-absorbent, and resistant to cleaning with bactericidal solutions and shall not contaminate the water.Pumping System:Components rated for up to 100 gallons per minute. Hot shift PTO, positive displacement pump, meter, reset counter and totalizer. Dispensing equipment mounted in a cabinet at side of unit. System is capable of delivering water through the bulk hoses via either pressurized, gravity drop and through the bibcocks in gravity mode. Tanker shall be capable of self-loading viathe on board pump and the self-loading hoses at a rate of not less than 75 gpm.Miscellaneous:Two non-collapsible bulk delivery/self-loading hoses, minimum of ten (10) feet long each, suitable for potable water and resistant to environmental degradation. The bulk delivery/self-loading hoses shall have a permanent fully enclosed storage location on the tanker to protect the hose from the environment and dust. The storage compartment shall not require the hose to be bent or kinked instorage. Two garden style hoses suitable for potable water, compatible with bibcocks and a minimum of ten (10) feet long shall be provided. One enclosed hose cabinet box shall be provided for the garden hoses and accessory storage.Training:Onsite training at Yuma, AZ must be provided for the equipment withing 30 days of delivery.Color: TAN. TIRES: Comparable to Continental HDR1 on ALL wheels. OFF road type tiresACCESSORIE(installed): Air drivers & passenger seat; Air Conditioning; Back up alarm; am/fm/cd radio; Driver controlled locking differential; engine block heater; engine hour meter.NO FEDERAL VEHICLE EXCISE TAX. We will provide Excise Tax exemption certificate; NO other taxes or license fees. We will require the manafacture's Certificate of Origin., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/. Partial shipments are permitted if specifically authorized at the time of award. Delivery requested to be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Supplemental Bid InformationIn addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are BIDDING ON EVALUATION FOR AWARD. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6 Provide a full description, specifications and pictures of the equipment you will offer in a comparrison type manner to the Walker Defense items. Provide examples of like, OFF ROAD type units that you have sold in the last 12 months. We want as close to a military spec vehicle as possible. These units will be used in roadless areas and very rough terrain roads.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20069348/listing.html)
 
Place of Performance
Address: Yuma, AZ 85365
Zip Code: 85365
 
Record
SN02719920-W 20120413/120411235837-0030634e8caa38c70c5532c09ba01c8b (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.