Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

23 -- Lease of SUV for Towing Heavy Duty Equipment

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS, Unit 14040, Andersen AFB, GU, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
Reference-Number-F1CERU30370100
 
Response Due
3/21/2003
 
Archive Date
4/5/2003
 
Point of Contact
John Pereda, Contract Administrator, Phone 671-366-7110, Fax 671-366-1103, - Sharod Holmes, Lead Contract Specialist, Phone 671-366-2963, Fax 671-366-1103,
 
E-Mail Address
john.pereda@andersen.af.mil, sharod.holmes@andersen.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items issued by the Contracting Office, Offutt AFB, NE and prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. Solicitation number F25600-02-T-0026 is being issued as a request for proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. All applicable provision and clauses are included in the actual solicitation that can be found at http://www.eps.gov/spg/USAF/PAF/index.html under. This announcement constitutes the only solicitation: proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Please refer to the above-mentioned web page for the actual solicitation. The government intends to issue an award for LEASE OF 1EA SUV FOR HEAVY DUTY TOWING. Vehicle shall have a high-pressure, common-rail injection, 5.9 liter High Output Cummins Turbo Diesel engine, producing a minimum of 305 horsepower at 2,900 rpm and 555 lb.-ft. of torque at 1,400 rpm. The torque provided by this vehicle will be able to tow at a capability no less than 10,000 pounds (GCVWR). This engine shall be supplied with a heavy-duty alternator with minimum specification of 12 Volts 325 Amps. The vehicles transfer case shall be an electrical shifting, automatic transmission, and automatic locking hubs, four-wheel drive with hi-lo gear selection. Vehicle shall be out fitted with a heavy-duty tow package capable of towing no less than 10,000 pounds (GCVWR). The vehicle steering shall have re-circulating ball system. To include a 13.4:1 overall steering ratio and 2.75 turns lock-to-lock ability. This system shall provide on-center steering, low internal friction, and provide enhanced responsiveness do to gear the ratio provided above. This system shall provide a steady helm for highway cruising, with little of the wander and imprecision normally associated with heavy-duty truck steering. The vehicle shall have power steering with a tilt-adjustable steering wheel. The vehicle chassis shall consist of hydroformed and boxed sections tough enough to deliver a segment leading Gross Vehicle Weight Rating (GVWR) of 12,000 lbs. The chassis shall provide a firm foundation for tuning out noise, vibration and harshness from the suspension. The hydroformed frame, standard 17-inch wheels, and tires shall reduced NVH characteristics without diminishing durability and load ratings. Front suspension shall consist of a five-link, coil- spring suspension with beam axle having 8.7 inches of ground clearance, and must be rated at 5,200 pounds Gross Axle Weight Rating (GAWR). The rear axles shall have 11.5-inch ring gears to enable it to handle a rating of 12,000 pounds Gross Axle Weight Rating (GAWR). The vehicle shall be equipped with 17" x 6.0 " steel rims and all season LT235/80R17E tires in the front and dual 17" x 6.0 " steel rims and all season LT235/80R17E tires in the rear. A full size steel spare and underbody mounted spare tire location shall be provided. The vehicles braking system shall be equipped with standard anti-lock braking (4-wheel ABS), a four-wheel disc system that features 13.9 inches (353 mm) ventilated front disc and solid rear disc brakes. This breaking system, while including the17-inch wheels shall be able to provide increased braking power, extend lining life, and increase heat dissipation The vehicle shall have engine and transmission skid plates for underbody protection. The vehicles cab shall have quad cab capability and have a transport capability of a minimum of 6 personnel. The front seat shall be split bent while the rear seating will consist of split folding. The cab shall have heavy-duty water resistant seats and interior. It shall have a minimum of 2 front reading lights, 1 cargo area light, and 2 front 12v power outlets. Vehicle cab shall have air conditioning. Vehicles colors shall be fire engine red with black or gray interior. Vehicle shall be provided with and diamond plated single lid toolbox with a minimum volume: 9.67 cu. ft. Toolbox shall be fixed securely in forward section of the vehicles bed. Vehicle shall be provided with heavy-duty bed liner, which shall protect entire bed and tailgate. You must be an Authorized Reseller. All components must be new, not used, recycled or re-manufactured. Please acknowledge all requirements on quotations. Please indicate FOB destination to Guam – Andersen AFB on quote. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. The provision at FAR 52.212-2, Evaluation—Commercial Items, applies to this acquisition. Evaluation will be based on best value including cost and ability to meet requirements. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification--Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (which includes: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) (Applicable to Service Contracts only); 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) (Applicable to Service Contracts only)) 52.217-4 Evaluation Of Options Exercised At The Time Of Contract Award, 52.217-5 Evaluation Of Options, 52.217-8 Option To Extend Services and 52.232-18 Availability Of Funds applies to this acquisition. The clause at DFAR 252.204-7004 Required Central Contracting Registration applies to this and all future acquisitions. Offers are due by noon 21 MAR 2003 LOCAL GUAM TIME; quotes must be valid for 60 calendar days after close of solicitation. Facsmile proposals will be accepted (52.215-5 Facsimile Proposals Oct 1997) but must be received by the official closing date and time. Fax # (671) 366-1103, Alternate fax# (671) 366-3242. Address any questions to TSgt John P. Pereda (671) 336-3686 john.pereda@andersen.af.mil or MSgt Mark W. Hagood (671) 366-2921 or e-mail to mark.hagood@andersen.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/PAF/36CONS/Reference-Number-F1CERU30370100/listing.html)
 
Place of Performance
Address: Andersen Air Force Base Guam
Zip Code: 96543
Country: US
 
Record
SN00279362-F 20030315/030313222030 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.