Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
MODIFICATION

23 -- Purchase 1 Each Isuzu Truck W35942 NPR DSL REG, or Equal for Air Force Research Laboratory, Wright-Patterson AFB, Ohio

Notice Date
9/6/2007
 
Notice Type
Modification
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-07-T-0076
 
Response Due
9/11/2007
 
Archive Date
10/11/2007
 
Small Business Set-Aside
N/A
 
Description
See vehicle specifications attached to this synopsitation below. This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures (FAR Part 13) and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested. Written solicitation will not be issued. Solicitation FA8601-07-T-0076 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The Air Force Research Laboratory (AFRL/HEPB) has a requirement to purchase 1 each Truck, Isuzu W35942 NPR DSL REG, Supreme Body with Liftgate, Thermo King Air Conditioning , BRAND NAME OR EQUAL. Responding suppliers shall include descriptive literature (catalog sheets) with the quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsitation and the salient characteristics of the items offered. The Contracting Officer will evaluate ?equal? products on the basis of the evaluation factors listed and the information furnished by the offeror or identified in the quote and reasonably available to the contracting officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTE. Include manufacturer?s name, model number and specifications in your quote. Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product reference in this synopsitation for the brand name of equal items. DELIVERY: Requested estimated delivery is 12-16 weeks after receipt of the order. FOB: DESTINATION. (FAR 52.247-34) Vendor shall deliver the item to AFRL/HEPB, Bldg. 838, Area B, Wright-Patterson AFB, Ohio. Delivery is requested as soon as possible. This requirement is full and open competition. NAICS Code is 336112. Business Size Standard is 1000 employees. Solicitation Provisions and Clauses apply to this acquisition and are hereby incorporated: FAR 52.204-6 Data Universal Numbering System (DUNS) Number. FAR 52.204-7 Central Contractor Registration (CCR). FAR 52.209-6 Protesting the Government?s Interest when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors-Commercial supplemented by the above instructions. FAR 52.212-2 Evaluation ? Commercial Items, paragraph (a) Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the items offered to meet the Government requirement and price, with technical capability being approximately equal to price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Contractor shall be registered in Online Representations and Certifications Application (ORCA)). FAR 52.212-4 Contract Terms and Conditions ? Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items (with the following clauses ?X?; ?X? FAR 52.222-3 Convict Labor; ?X? FAR 52.222-10 Child Labor-Cooperation with Authorities and Remedies; ?X? FAR 52.222-21 Prohibition of Segregated Facilities; ?X? FAR 52.222-26 Equal Opportunity; ?X? FAR 52.222-36 Affirmative Action for Workers with Disabilities; ?X? FAR 52.226-4 Restrictions on Certain Foreign Purchases; ?X? FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration). FAR 52.219-1 Alternate 1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. FAR 52.252-1 Solicitation Provision Incorporated by Reference (Fill-In: http://farsite.hill.af.mil). FAR 52.252-2 Clauses Incorporated by Reference (Fill-In: http://farsite.hill.af.mil). DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7). DFARS 252.211-7003 Item Identification and Validation (Fill-in: N/A). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with the following clauses ?X? DFARS 252.225-7001 Buy American Act and Balance of Payments Program; ?X? DFARS 252.225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; ?X? DFARS 252.232-7003 Electronic Submission of Payment Requests). AFFARS 5352.201-9101 Ombudsman (Fill-in: Ms Debra Haley, ASC/AE, 1755 11th St., Bldg. 570, R113, WPAFB OH 45433-7404 Tel. 937 255-5315, Fax 937 656-7540, e-mail: debra.haley@wpafb.af.mil.) If you would like to receive notice of any amendments and/or addendums that may be issued to this synopsitation, you must register below. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contract financing will not be provided for this acquisition. Be advised that all correspondence sent via e-mail shall contain a subject line that reads ?FA8601-07-T-0076?. If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. If sending attachments via e-mail, ensure only .PDF, doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments. The e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Contractor shall be registered in CCR (website: http://ccr.gov) and ORCA (website: https://orca.bpn.gov/login.aspx) prior to award. The Government reserves the right to not make an award. NOTICE TO OFFERORS: Any award resulting from this solicitation will include Electronic Submission of Payment Request. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing statutory requirements. Use of the basic system is at no cost and the winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices to the production system, contractors must register for an account at http://wawf.eb.mil/. Interested parties are required to submit their quotes to Mrs. Yvonne Thacker, 88th CONS/PKA, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309, AC937 522-4531 or via e-mail at yvonne.thacker@wpafb.af.mil or by fax to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include business name, and contact information. ** ALL QUOTES ARE DUE BY 4:00 PM EST 11 Sep 2007. (E-mail is the preferred method for submission of quotes.) Specifications-Brand Name or Equal Model Year 2006 Retail Isuzu W3S042 NPR DSL REG Standard Equipment-2006 Retail NB254 132.5? WB 12000 GVWR AT IBT AIR PWL Exterior Cab Mounts, All steel low cab forward ? BBC 66.8 in (169.7 cm) in 45 deg. Mechanical tilt with torsion assist. Windows, Tinted glass Two way roof ventilator Mirror, Dual cab mounted exterior mirrors Paint scheme, Solid Color, Arctic White Interior Steering, Integral power steering ? with variable 18.8-20.9:1 gear ratio. Tilt and telescoping steering column. Cruise control Power windows & door locks Seats, Driver, Jacquard flat woven breathable cloth covered reclining highback-with two single occupant fold down passenger seats Floor mats Mechanical Truck Application GVWR, 12,000 lbs (5443 kg) capacity Isuzu Diesel Engine, 4HK1-TC, 317 CID (5.19L), 190 Gross HP at 2600 RPM: 387 lb-ft gross torque at 1500 RPM. 4 cylinder, 16 valve, four cycle, overhead can, turbocharged, intercooled, water cooled EGR valve, direct injection, electronically controlled common rail fuel system Engine cruise control and idle up function. Oil level check switch and light. Rear engine cover. Air Cleaner, 12.6 in. diameter dry paper single element ? Donaldson Brand Exhaust Brake, Butterfly valve type Alternator, 110 AMP with integral regulator Battery, Dual Delco 12-V maintenance free 750 CCA each Exhaust System, Single horizontal exhaust system Transmission, Automatic, Aisin, 450-43 LE 4 speed automatic transmission, Ratios: 3.018, 1.548, 1.000, 0.703, Rev. 2.678 Rear wheel drive Front GAWR, 4700 lbs (2132 kg) capacity Front Axle, ?I:-beam rated at 6830 lbs. (3098 kg) ? Includes integral hydraulic power steering Ratio 18.8-20.9:1 Front Suspension, Tapered Leaf, 8440 lbs. (3828 kg) capacity ? Semi-elliptical tapered leaf springs. Includes shock absorbers and stabilizer bar. Front Shock Absorber Front Stabilizer Bar Front Wheels, 16? X 6?, 6-hole disc, painted white Front Tire Size, 215/85R16E (10 ply) tubeless Radial ? all season tread Rear GAWR, 7950 lbs (3606 kg) capacity Rear Axle, R040, single-speed, 11.020 lbs (4999 kg) capacity ? single speed with oil lubricated rear wheel bearings Rear Axle Ratio, 5.125:1 Rear Suspension, Multi-Leaf, 9880 lbs. (4481 kg) capacity ? Semi-elliptical main and auxiliary leaf springs. Includes shock absorbers. Rear Shock Absorber Rear Wheels, 16? X 6?, 6-hole disc, painted white Rear Tire Size, 215/85R16E (10 ply) tubeless Radial ? all season tread Wheelbase, 132.5? (336.6 cm) ? includes ladder type channel frame. Full C section straight frame 33.5 inches wide. Yield strength 44.000 psi section modulus 7.20 in3 RBM 316,800 lb/ft/in per rail. Frame, Ladder type channel ? section straight frame rail 33.5 in (85.1 cm) wide through the total length of frame. Yield strength 44,000 psi (303,369 kPa) section modulus of 7.20 and RBM 316,800. Fuel Tank, Single, 30-gallon (113.6L) rectangular fuel tank ? Mounted between frame rail through the rail fuel fill. Tokyo-Roki heated fuel water separator mounted on the frame rail with dash mounted warning light. Brake System, Dual circuit, hydraulic brake system ? Hydro-boost, with load sensing proportioning valve in rear circuit and a metering valve between the master cylinder and 6-way joint on the front brake lines. Disc front and self-adjust outboard mounted drum rear. Mechanical, transmission mounted parking brake. Non-asbestos linings are standard. Anti-lock brake system. Warranty Basic: 3 Years/Unlimited Miles Drivetrain: Diesel Engine 3 Years/Unlimited Miles Transmission 3 Years/Unlimited Miles Frame Rails: 3 Years/Unlimited Miles 3 Years to 5 Years/Unlimited Miles Parts and Labor have a 50% charge Corrosion: 4 Years/Unlimited Miles Emissions: 5 Years/100,000 Miles Thermo King Air Conditioning System Model 2007 V-500-10 and consists of: TRK-07 Auto Defrost TRK-07 Condense TRK-07 ES-500 Ceiling Evaporator TRK-07 In-Cab Control TRK-07 Road Compressor ? TM Style All hoses, A.C. compressor and mount kit. Installed. Base Body: Aluminum Van Body Pre-Painted White Rear Door: Todco ?Tough Shell? Roll Up Door Opening: 85-1/4? Wide X 77? High Rear Frame: 12 ga. Galvaneal Steel Rear Perimeter Grab Handle: Two on Rear Door Frame Floor: 1/8? Aluminum Treadplate Over Rough Hardwood Floor Drains: (2) at Front of Body Crossmembers: 3? Formed Steel on 12? C/L Floor Insulation: 3? Polyurethane between Crossmembers Long Sills: 4? Structural Steel Channel Full Length Undercoating: Quakercoat, Complete Underframe Roof: .032? One Piece Smooth Aluminum Exterior: .040 Aluminum Pre-Painted White Panels Cast Corners: Yes, with an Aluminum Top Radius Front Corners: Extruded Aluminum Vertical Frt. Corners Front Wall: Reinforced for Blower Unit Insulation: 1-1/4? Polyurethane Walls and Ceiling Lining: .090? Glassboard Walls and Ceiling Markers: Lights and Reflectors to F.M.V.S.S. # 108 Domes: (1) Dome Light with Rear Switch H.W. Bumper: BGT 2 Step for Liftgate Mounting & Flaps: Factory Mount w/Supreme Mud Flaps ?E? Track: (2) Rows Surface Mount Sides & Front Liftgate: Thieman M-20ET 2000 LB Cap, Tuck Under with 72? X 38? + 6? Steel Platform and Cab Cut Off Windows: Two 9? X 18? ? (1) Front Wall and (1) Rear Door Vents: Three Louvre Type ? (2) Front Wall X (1) Rear Door Toolbox: (1) C.S. Underbody 36? X 18? X 18? For more information on "Purchase 1 Each Isuzu Truck W35942 NPR DSL REG, or Equal for Air Force Research Laboratory, Wright-Patterson AFB, Ohio", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5377
 
Web Link
Purchase 1 Each Isuzu Truck W35942 NPR DSL REG, or Equal for Air Force Research Laboratory, Wri
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5377)
 
Record
SN01397056-W 20070908/070906221204 (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.