SOLICITATION NOTICE
25 -- Supply, Install Power Roll-back Truck Bed
- Notice Date
- 5/7/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 301818Q282
- Response Due
- 5/22/2008
- Point of Contact
- Richard Hillard Contracting Specialist 6127135214 Richard_Hillard@fws.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation is issued as a Request for Quotation (RFQ). This solicitation is not set aside. The point of contact for this Request for Quote No. 301818Q282 is Richard Hillard at (612) 713-5214. The purpose of this Request for Quote is for the purchase and installation of a power roll-back bed for single axle truck. Truck will be delivered to Contractor for installation of power roll-back bed within a 60 mile radius of the U.S. Fish and Wildlife Service, Fergus Falls Wetland Management District, Fergus Falls, MN. Successful Contractor will be responsible for transportation of truck for installation of power roll-back bed if location for installation is outside the 60 mile radius of the Fergus Falls Wetland Management District location. Power Roll-Back Bed shall be installed on an International Truck, single axle, Model 4000, with min 33,000 lbs, GVWR.Truck will be available to Contractor for installation of roll-back bed not later than September 30, 2008. SPECIFICATIONS OF POWER ROLL-BACK BED. 1.Platform - Wood - 22' long x 96" wide - Rub rail - Side rub rails must be level with the top of the bed. Must also have stake pockets.2.Corner lights, side marker lights, light cluster set and platform reflectors.3.Wiring for lights in a protective sleeve and all connections made in enclosures.4.Cab to Axle length = 156".5.Drum Winch, 15,000 lb. dead load line pull with 50 feet of " cable and 6 foot tail chain.6.Tool box (preferred size would be at least 36" x 21" x 20").7.Approach plate - 30" hydraulic folding.8.Steel cab protector with 18" cab protector top extension (open type).9.Valve bank for each hydraulic function.10.Dump angle - 25 degrees11.Lifting Unit - Two double acting 5" diameter lifting cylinders.12.Rollback cylinder - 4" ID Double Acting cylinder. Cylinder stroke will be 11 feet.13.Ten ton capacity.14. Boarding Ladder. You must submit each of the following as part of your complete proposal package. a) Cover Page 1 page max. Including the following information at minimum.1. Company Name as it appears in CCR2. Company DUNS Number3. Company Address4. Company point of contact for the proposal including name, title, phone, and email. b). Representations and Certifications. In accordance with FAR 52.212-3 (or statement that they have been completed in ORCA).c). 52.212-2 Evaluation - Commercial Items. (JAN 1999) d) Price Proposal 1 page maximum. The following FAR Clauses and Provisions apply to this acquisition and can be found on www.acqnet.gov/far: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which includes under 52.212-5, (b)(16), 52.222.03, (b)(17), 52.222-19, (b)(18), 52.222-21, (b)(24)(i), 52.222-50, (b)(28), 52.225-01, (b)(31), 52.225-13, and (b)(36), 52.232-33. Also applicable are clauses 144842.01, Contractor Performance System (CPS) and 144805.42, electronic commerce website. Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. Offeror Representations and Certifications. Offerors shall include a completed copy of FAR provision 52.212-3. (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The applicable North American Industry Classification System (NAICS) Code is 336211. The Small Business Size Standard is 1000 employees. Paper copies of the Request for Quotation will not be made available. Quotations can be sent via FAX: (612) 713-5151, ATTN: Rick Hillard or mail to address below. NOTE: Quotations must be received by 22 May 2008, at 2:30 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. The primary consideration in evaluation of quotes received is the overall cost. Contracting Office Address: U.S. Fish and Wildlife ServiceBishop Henry Whipple Federal BldgRoom 652: (CFM)1 Federal DriveFt. Snelling, MN 55111 Point of Contact: Rick HillardContracting Officerrichard_hillard@fws.govPh: (612) 713-5214Fax: (612) 713-5151
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=862f0af8c50e4deb616af295261591e0&tab=core&_cview=1)
- Place of Performance
- Address: Truck will be located at Fergus Falls National Wildlife Refuge, Fergus Falls MN.
- Zip Code: 56537
- Zip Code: 56537
- Record
- SN01568246-W 20080509/080507215637-862f0af8c50e4deb616af295261591e0 (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 |