SOLICITATION NOTICE
23 -- BARREL TRUCK AND TRUCK DECK
- Notice Date
- 3/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10332238Q
- Response Due
- 4/16/2010
- Archive Date
- 3/11/2011
- Point of Contact
- Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480, Email Antoinette.M.Niebieszczanski@nasa.gov - Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, Email Dorothy.E.Viancourt@nasa.gov
- E-Mail Address
-
Antoinette M. Niebieszczanski
(Antoinette.M.Niebieszczanski@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a Barrel Truck andTruck Deck.The specifications are as follows:25,000 lbs minimum GVWR; B20 Biodiesel fuel compatible (preferred); 50 gallon capacityAluminum fuel tank; 240 HP minimum diesel engine; 5 speed manual transmission withclutch; Chassis for a 18 deck; 187 Wheelbase; High strength frame; Front axle: Non-driving, I beam type with 10,000 lb capacity; Rear axle: Singlereduction, Hypoid gearing, Dana Spicer 19,000 lb capacity with 190 wheel ends gear ratio:6.50; Power steering; Power brakes with hydraulic brake system with split system, fullpower, automatic adjustment with four channel ABS; Front hydraulic disc, quadraulic; four70 mm diameter pistons; Rear hydraulic disc, quadraulic; four 70 mm diameter pistons;Parking brake, floor mounted located right of driver; Conventional cab; Leather or vinyl bench seat; Beige interior; Black rubber floor covering; Interiormounted grab handles; Air conditioning; Tinted windows (all); Power windows; Tiltsteering; AM/FM Radio with Weather band and clock, including dual speakers; Back up alarm, 102 dBA;Interior center mounted dome light; Headlights on with wipers; Halogen, including daytimerunning lights; Windshield wiper speed control; Test exterior lights;Engine block heater; Block heater socket, receptacle type mounted below drivers door; White painted exterior; Chrome exterior grab handles on each side of cab; Two steps perdoor; White powder coated wheels; 11R22.5 G395 LHS (Goodyear) 504 load range G, 14 plytires (or equivalent) on front and 11R22.5 G362 (Goodyear) 497 load rand G, 14 ply tires(or equivalent ) on rear; Single horizontal mounted exhaust system (stainless steelpreferred); Mirrors; 2 (Lang Mekra) styled, rectangular, 7.09 x 15.75 & integral convexboth sides, 102 inside spacing, breakaway type, heated heads thermostaticallycontrolled, power both sides with LED clearance lights and bright finish heads andbrackets; 2 front fender mounted mirrors; Mirror: lookdown Right side; 6 x 10 1/4; Door storage pockets on both doors; Cab cut off switch for future lift gate. New custom truck deck for transporting compressed gas cylinders and chemical drums: 2 thick steel grating 167 long x 8 wide ( that will allow snow to fall through); 8wide steel side frames with dual side rails; 48 high steel bulkhead; 36 high top railwith lift/tie down rings located every 4 feet on top of rail; 18 high side rail withlift/tie down rings located every 4 feet on top of rail; Heavy duty lift gate (maxavailable capacity) with fixed side rails and securement chains to prevent cylindermovement while in motion; Rear wheel fenders to prevent mud from flying onto cargo; Sidemounted storage box (under deck). The provisions and clauses in RFQ are those in effect through FAC _2005_-_38_.This procurement is a total small business set-aside. See Note 1.The NAICS Code and the small business size standard for this procurement are 333924 and750 employees, respectively. The offeror shall state in their offer their size statusfor this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland, OH 44135 isrequired within 60 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by April 16, 2010, to NASA GlennResearch Center, Attn:Antoinette M. Niebieszczanski, Mail Stop 500-302, Cleveland, OH44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to NASA GlennResearch Center, Attn:Antoinette M. Niebieszczanski, Mail Stop 500-302, 21000 BrookparkRoad, Cleveland, OH or antoinette.m.niebieszczanski@nasa.gov not later than April 2,2010. Telephone questions will NOT be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10332238Q/listing.html)
- Record
- SN02089887-W 20100313/100311235237-281c8eca7a814dde1dbf7120602c3325 (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 |