Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

23 -- 2008 Mack Granite

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S207T0072
 
Response Due
8/3/2007
 
Archive Date
10/2/2007
 
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. 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. The North American Industrial Classification System Code (NAICS) is 423110, and the size standard is 500 employees. This procurement is a 100% set-aside for Small Business. All proposed brand, or product, substitutions shall be subject to review and app roval; full specifications of substitutes are required to be submitted with the quotation. The pricing must be quoted as follows: Quantity Unit Unit Price Amount 1 EA $_______ $_______ Contract Line Item 0001  2008 Mack Truck 6x4 Dump. Must be an authorized Mack dealer. Min 64,000 lbs GVWR with accessories with set back axle, must have 140 Amp MIN per SAE, Dash mounted Air Cleaner, am/fm cd radio; air suspension rider seat; Steel tool compartment with latch, Suspension type driver's seat; Engine Hour Meter, Front axle-min 20,000 lbs GAWR; Safety kit to include fire extinguisher; Front Frame Extensions;PTO transmission mounted; Fuel/Water Heated Separator; Coolant-protections to -40 de grees C; Snow plow provisions to include Double wing with reversible 12 foot plow with a highway punch for a cutting edge, and slide in sander; Trailer lighting cable 110 inches; Tailgate spreader; Parts and service manuals both electronic and hard copy; M otorized right side, heated mirrors; Heated flat mirrors; Towing hooks/loops at rear; 120v Heater-engine oil; In line electric fuel warmer; Rear match spare; Trailer tow package; Mack MP8-425M Diesel engine; Engine compression brakes; Transmission Auto T C Min 5spd Allison 4500RDS; 15' Dump body installed. Manufacturer of truck: Mack, 2008, GU803. Manufacturer of stainless steel tailgate spreader and stainless dumping box: Harder. Manufacturer of dual leveling wing system and plow: Henderson. Four LE D warning lights in-cab shield with two facing forward and one on each side within cab switch. LED warning lights in each rear corner past within cab switch. Work light, one spinner . Wing lights. Front post light installed, screws installed on body. Sander screen with four degree pitch with ? inch angle iron for frame and 3/8 inch round stock for screen. All bodies to be painted Omaha Orange. To be prepped, installed, and delivered to Fort Drum, New York. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-18, effective 30 Jun 2007. Interested parties can view and download all of the referenced provisions and cl auses at the following Internet address: http://farsite.hill.af.mil/. The following FAR provisions and/or clauses apply to this RFQ: 52.204-7 - Central Contractor Registration (CCR), (interested parties are required to be registered in the CCR database wh ich is located at the following internet address: http://www.bpn.gov.), 52.204-8 - Annual Representations and Certifications, (interested parties are required to input their Representations and Certifications into the online representations and certificati ons application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), 52.211-6  Brand name or equal, 52.212-1 - Instructions to Offerors - Commercial, 52.212-4 - Contract Terms and conditions - Commercial Items, 52.212- 5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses, cited within clause 52.212-5, are applicable to this acquisition: 52 .203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232.33. This RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20070531 edition. Interested parties can view and download all of the referenced provisions and clauses at the followin g Internet address: http://farsite.hill.af.mil/. The following DFARS provisions and/or clauses apply to this RFQ: 252.204-7004 Alternate A., 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following DFARS clauses, cited within 252.212-7001, are applicable to this acquisition: 252.225-7001, 252.232-7003 and 252.247-7023. Note: Completion of the CCR and ORCA are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make them ineligible for award. All RFQs are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 Not Later Than 08/03/07 at 1200 hours. The quote must include the RFQ number on each page of the quote. Quotes may be submitted via fax at 315-772-8277.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01352093-W 20070727/070725221810 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.