Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

23 -- DUMP TRUCKS

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-09-T-0038
 
Response Due
9/11/2009
 
Archive Date
11/10/2009
 
Point of Contact
Joe Smith, 601-313-1556
 
E-Mail Address
USPFO for Mississippi
(joe.hughie.smith@ng.army.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. This is a Combined Synopsis/Solicitation for the purchase and installation of the following: Two each (2) Construction Dump Trucks, equal to International 7400 SBA 6X4, GVWR 52,000 Calc., calc start/grade ability: 22.70%//2.06% @ 55 MPH, Calc. Geared speed: 58.7 MPH, Diesel Engine, 310 HP or Higher, 950 lb-ft Torque @ 1200 RPM, 2200 RPM Governed, Allison automatic transmission, 5 speed with overdrive, on/off hwy, includes oil sensor, with PTO Provision, less retarder, With 80,000 Lb GVW & GCW Max, Front Non Driving Axle, Wide Track, I-Beam Type 16,000LB Capacity, Rear Tandem Axle: Single Reduction 46,000 Lb Capacity, with Lube Oil Pump and R Wheel Ends, with Driver Controlled Locking Differential, Cab Conventional, Suspension, Rear, and Tandem: 55 Axle Spacing, 46,000 Lb Capacity, 9.5 Ride Height, with Shock Absorbers Mounted inboard, Seat, Drivers, Air Suspension, High B ack With Integral Head Rest, Radio AM/FM/Weather/Clock with 2 Speakers, Bed 15 Yard Capacity, with Air controlled Gate. The two Dump Trucks will be delivered to CSJFTC-ITAM, Attn: SSG Richard Ford, Bldg 5200, Camp Shelby, MS 39407-5500. CONTRACTORS ARE TO PROVIDE SPECS ALONG WITH BID. TRUCKS WILL BE COMPATABLE TO INTERNATIONAL 7600 SBA 6X4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-36. This solicitation is set aside 100% for small business. The NAICS for determination of size status is 441229. Small business standard is $7M. ollowing clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001); 52.212-2 Evaluation of Commercial Items; Evaluation will be based on Price. FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52-233-3, Protest After Award; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.219-14, Limitation on Subcontracting; FAR 52.203-3 Gratuities; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government lf a Terrorist Country; DFARS 252.204-7004, Required Central Contractor Registration (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), DFARS 252.225-7001 Buy American Act and Balance of Payments Program ; DFARS 252.225-7012 Preference for Certain Domestic Commodities; Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. The proposal is due no later than 4:30 P.M., September 11, 2009, to USPFO-MS, Attn: Joe H. Smith, P & C, 144 Military Drive, Jackson, MS 39232-8861. Proposals must be emailed to joe.hughie.smith@ng.army.mil. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0038/listing.html)
 
Place of Performance
Address: CSJFTC-ITAM BLDG 5200 CAMP SHELBY MS
Zip Code: 39407-5500
 
Record
SN01934109-W 20090902/090901001400-dec0d61d5f342e3e00557773d72a4986 (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.