Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2008 FBO #2497
SOLICITATION NOTICE

23 -- 2 Dump Truck's

Notice Date
9/25/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, 45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU782270305
 
Response Due
9/26/2008
 
Archive Date
3/25/2009
 
Point of Contact
Name: Shannon Dunmire, Title: Contract Specialist, Phone: 3157726530, Fax: 3157727473
 
E-Mail Address
shannon.dunmire@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU782270305 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, 2 Mack Granite Axle Forward (GU712) Chassis with attachments or equal: 2-10 ton Trucks, Dump, Road Patching with the following attachments: Engine: Mack MP7-405M 405 HP at 1500-1900 RPM (peak) 1480 LB FT. Max Torque at 1200 RPM; Alternator: Delco 12V 145A (24SI); Tandem Commerical Pump; Transmission mounted hot shift PTO-Air Operated; Vehicle Application Class, Vocational Class C; Vehicle Use and Body/Trailer Type, Snow Plow; Dell air controls for wing and plow on swivel pedestal; Dual flow control valve; 11 foot, 30 inch to 53 inch one way plow, heavy duty power tilt hitch, 11 foot/12 inch SD Wing system; Full Trip Front Dee and Rear trip brace arm; Extra moldboard shoe; Dual wing lights; Cable control front/rear lift; 10 foot 304 stainless steel sander with 54 inch side height (FSH I); 304 stainless steel cab shield; Top Screens with 4 inch rise; Rubber side shields, Chain adjusters extended to rear, Ratchet Chain hold down kit, Stainless steel light bar with 2 yellow flashers; Fuel heater; Fender extensions; Mirrors: Exterior, Aerodynamic moto mirror package: RH/LH Motorized and Heated; Driver and Rider seats, Bostrom Talladega 915 (Hi Back) Air Suspension; Front Frame Extension, 20 inch for snow plow mount (Cont Parent Rail) with tilt and inspection hatch type hood with swept back steel bumper; Front Axle: 20,000 (9072kg) Mack FXL20 Wide Pivot Center; Tires Brand/Type:Front, Bridgestone Tubeless Radial Ply, (2) 315/80R22.5 20 L M860 (All POS); Dust Sheilds:Front and Rear Brake; Springs:Front, Mack MultiLeaf 20,000 (9072kg) Ground load rating; Rear axle: 30,000 (13608kg) Meritor RS-30-185 Single Reduction; Locking Main Differential, Driver Controlled (Meritor); Frame Reinforcement: Inside, 5mm steel channel used with 153 inch to 192 inch LP; Trailer connections: Full to rear of chassis includes: 2 air lines and one 7 wire cable with 7 wire plug routed to rear of chassis, 2 glad hands mounted to support bar at rear of chassis, breakaway safety valve, and 2 valve system (tractor park, tractor/trailer park and supply); Back up alarm, Ecco back up alarm SA 917 (Ambient Noise Sensitive).Chassis: 31-33000 gvw, Standard cab, Diesel, Air brakes, Air conditioned, air horn and air dryer, limited slip rear and automatic transmission. **Please note: An equal to all brand name and model numbers listed in this line item may be accepted., 2, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to shannon.dunmire@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for special disabled veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment reports on Special disabled Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003(c)(1)(ii) applicable text is "NONE", Item Identification and Value; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.225-7012, Preference for Certain Domestic Commodities; 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Standard delivery terms are 30 days after receipt of order. Quoted delivery dates in excess of 30 days may be considered. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 500 employees.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e69d8b804da95d3bd52d70c78d6468f8&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602<br />
Zip Code: 13602<br />
 
Record
SN01682265-W 20080927/080925224052-73a1461f78bcf65b08d546f2d9fc4fd0 (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.