Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2005 FBO #1227
SOLICITATION NOTICE

99 -- Utility Service Equipment Crew/Cab F350

Notice Date
4/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
FA4819-05-1005
 
Response Due
4/22/2005
 
Archive Date
5/7/2005
 
Point of Contact
Louis Anderson, Contract Specialist, Phone 850 283-8638, Fax 850 283-8491, - Eric Sauzek, Contract Specialist, Phone (850) 283-8630, Fax (850) 283-8491,
 
E-Mail Address
louis.anderson@tyndall.af.mil, eric.sauzek@tyndall.af.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 solicitation number for this procurement is FA4819-05-1005 and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-01, Defense Federal Acquisition Regulation Supplement Change (DCN) 20050222 and Air Force Acquisition Circular (AFAC)2005-0209. The North American Industry Classification System code is 336211 and the size standard is 1000 employees. This acquisition is publicized as a 100% small business set-aside. Proposals are due no later than close of business, 4:00 p.m., local time, 22 Apr 05. Offers will be evaluated based on (1) Meeting and/or exceeding the below specifications; (2) price. The government reserves the right to award to other than the lower bidder based on the evaluation criteria. The requirement is to provide one multipurpose tow vehicle utility service equipment, crew/cab F350 to the government as shown in the below specifications and be delivered no later than 30 Jul 05. Multipurpose Tow Vehicle Specifications: Federal Standard 307AG; Utility Service, with Crew Cab (Table 20); Item 144; Manu/ModelFord F350; Standard Equipment must include: Cab 4 Door GVWR 11,000 lb min Wheels 16 in dia / dual rear Color White Transmission Auto Differential ration OEM Std Brakes Power, all ABS Steering Power Floor covering Rubber Fuel Capacity 34 gal Air conditioning Intermittent Wipers Utility body low/open Federal Standard Optional Equipment: AL Aluminum Maintenance Body B09 Service Body, 9? long BUA Backup Alarm CNS Consignee Delivery CRTS Cruise Control/Tilt Steering CU Cloth Upholstery D3 Special Traction Rear D7 Towing/Mountain Ratio J560 7-way Tractor Trailer Electrical Receptacle MIL Military Data Plate ORM Off-road Body Mounting PSM Parts and Service Manual, Printed PWL Power Windows and Locks RAD AM/FM Radio w/ Integral CD Player RH4 Class 4 Draw-bar Receiver RKE Remote Keyless Entry RM Camper Mirrors RS Reclining Bucket/Captain Chair Seats SRG Sliding Rear Window YD Diesel Engine, Turbocharged, 7.3L Additional Modifications/Performance Specifications 1. GENERAL 1.1. This specification applies to a truck modified and setup for use as a Support Vehicle for Continuous Friction Measurement Equipment (CFME) as identified in Federal Aviation Administration Advisory Circular 150/5320-12C. 2. TOW VEHICLE DESCRIPTION 2.1. General. The truck shall be a new diesel-fueled, two-wheel driven, dual rear wheel, Heavy Duty Crew Cab F-350 Maintenance Utility or equal. The vehicle shall have the standard and optional features described herein and shall be in accordance with the applicable requirements of Federal Standard No. 307AG unless otherwise specified. 2.2. Features 2.2.1. Style. Heavy Duty Crew Cab All windows shall be tinted glass. Rear window shall be sliding glass. Front seats shall be a high-back captain chair and rear seat will be bench type. Cab shall have high mount aluminum running boards the full length of the cab. 2.2.2. Bed Style. Shall be a Maintenance Utility Style constructed to the minimum standards as contained in FED STD 307AG. This bed shall have a center load space, cabinets on both sides with doors opening from the outside. All construction shall be aluminum. The center load space or truck bed shall provide a minimum 50? wide by 100? long cargo area. 2.2.2.1. Cabinet Arrangement. Cabinet arrangement shall include two vertical cabinets and one horizontal cabinet on each side of the body See Figures 1 and 2. 2.2.2.1.1. One full height vertical cabinet with not less than two removable shelves on each side of the body front. 2.2.2.1.2. One horizontal cabinet with a minimum of five adjustable partitions to form small bins, on each side of the body extending from the front vertical cabinet to the rear of the body. 2.2.2.1.3. One partial height vertical cabinet to the rear of the wheel housing on each side of the body with a minimum of one adjustable shelf. Figure 1, Maintenance Body, Street Side View (e-mail Mr. Anderson for a complete picture) Figure 2, Maintenance Body, Curb Side View (e-mail Mr. Anderson for a complete picture) 2.2.2.2. Camper Shell. A weatherproof shell shall be provided over the maintenance body cargo bed as shown in Figures 1 and 2. All construction shall be aluminum. The shell shall provide the same interior length and width dimensions as the cargo bed and provide a minimum vertical dimension (bed floor to inside shell roof) of 44?. It shall have a sliding glass window in the front and a solid glass window in the rear door. The rear door shall be equipped with a cylinder type lock that should be operable with the same key as the maintenance body side compartment doors. 2.2.2.3. Bed Liner. The inside truck bed shall have a sprayed-on black elastomeric polyurethane coating system (Rhino Liner Tuff Stuff or equal). This lining must be watertight, airtight, and permanently bonded to the truck bed surfaces to inhibit rust, corrosion, and surface abrasion. The lining shall be minimum ?? thick on the bed floor and 1/8? thick on the bed walls and tailgate. 2.2.3. Gross Vehicle Weight. Minimum gross vehicle weight shall be 11000 pounds. 2.2.4. Engine. Engine shall be a heavy-duty turbo diesel with a minimum displacement of 7.3 liters. Cooling system shall include a heavy-duty radiator and an engine oil cooler. 2.2.5. Transmission. Transmission shall be a heavy-duty, electronic 4-speed automatic with overdrive and heavy-duty auxiliary oil cooler. 2.2.6. Differential. Differential shall have positive traction control. 2.2.7. Suspension, Brakes, Steering. Heavy-duty suspension, power brakes with all wheel anti-lock, and power steering with tilt wheel shall be provided. 2.2.8. Wheels and Tires. Wheel diameter shall be 16 inches. Tires shall be size LT245/75Rx16E, 10 ply rating with a load range of 3024 lbs each. A matching spare shall be provided. 2.2.9. Instrumentation. The following instrumentation shall be installed: 2.2.9.1. Mechanical odometer 2.2.9.2. Ammeter. 2.2.9.3. Temperature gauge. 2.2.9.4. Oil pressure gauge. 2.2.10. Mirrors. Dual, low-mounted style, electric powered, outside rear-view and wide angle convex mirrors shall be provided on the truck. . 3. MODIFICATION AND SETUP REQUIREMENTS. 3.1. General. This specification includes all but is not limited to the following modification and setup requirements to provide a reliable Support Vehicle for Continuous Friction Measurement Equipment (CFME). 3.2. Light bar. A rooftop-mounted Whelen EDGE 9004-SL (or equal) light bar shall be provided. It shall be equipped with amber color lens covers and use four xenon tubular strobes that give 360-degrees visibility. It shall be remotely controlled from the driver?s seat. 3.3. Power connector. An electric trailer brake controller with digital display shall be provided capable of controlling single and dual axle brake systems. Standard seven-pin, and six-pin trailer light connectors shall be installed at the rear hitch for trailer lighting/brakes. 3.4. Cable routing. A weather-tight, rear access door shall be provided to permit routing of the CFME signal cable to the cargo compartment for trailer control/data collection. 3.5. Outside air temperature gauge. An outside air temperature gauge shall be provided. It shall be installed adjacent to the driver?s seat. 3.6. Manufacturer shall install sea, air, land transport tiedowns. Tiedown devices shall be in compliance with MIL-STD-209H. Restraint provisions must be in sufficient number and location to restrain the unit to the requirements of MIL-STD-1791, i.e., 3G forward, 2G vertical up, and 1.5G aft and lateral. In addition, all stored or installed equipment must meet these requirements and all components must be capable of withstanding a vertical down load of 4.5G. Tiedowns shall be Puritas Mfg. model number PMP10111 or equal. (END OF SPECIFICATIONS) The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors--Commercial Items JAN 2004 52.212-2--Evaluation - Commercial Items JAN 1999 52.212-4, Contract Terms and Conditions ? Commercial Items 52.247-34--F.O.B. Destination NOV 1991 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items JUN 2004 252.225-7002--Qualifying Country Sources As Subcontractors APR 2003 Offerors must include a completed copy of the provision, FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items MAR 2005, with your offer. Warranty information must be included in your offer. Contact Mr. Louis Anderson at louis.anderson@tyndall.af.mil or telephone him at 850-283-8638. In his absence, contact Mrs. Ginny Garner at ginny.garner@tyndall.af.mil or telephone her at 850-283-2974.
 
Place of Performance
Address: 139 Barnes Drive, Tyndall AFB,FL 32403
Zip Code: 32403
Country: USA
 
Record
SN00781301-W 20050406/050404211840 (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.