Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

23 -- VEHICLE: TRUCK 4X4 & SERVICE BED

Notice Date
4/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
One West Third, Tulsa, OK
 
ZIP Code
00000
 
Solicitation Number
DE-RQ75-10SW10451
 
Response Due
5/10/2010
 
Archive Date
11/10/2010
 
Point of Contact
SUSAN JOHNSON, Contracting Officer, 918-489-5582,susan.johnson@swpa.gov;SUSAN JOHNSON, Contract Specialist, 918-489-5582,
 
E-Mail Address
SUSAN JOHNSON, Contract Specialist
(susan.johnson@swpa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item(s)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; a quote is being requested and a written solicitation will not be issued. This synopsis/solicitation is set aside for small businesses under the NAICS code of 441110 size standare of $28.5 million. Solicitation number DE-RQ75-10SW10451 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This acquisition is a 100% Small Business Set-Aside. Southwestern Power Administration intends to award a Firm Fixed Price Contract for the three contract line item numbers (CLIN) listed below. NOTE: All references to specific brand names, part numbers or model information is for informational purposes only. Quotes for all makes and/or manufacturers will be considered if items quoted meets the applicable quality and/or capability of the item specified. Vehicle must meet or exceed these specifications. CLIN 0001 - Vehicle: Truck 2010 model or newer 3500 Crew Cab, SLT, 4X4, Dual Rear Wheels or equal GVWR, 12,200 lbs. Emissions, Federal Requirements Exterior color, Manufacture White Manufacture Statement of Origin Engine, 6.7L Cummins turbo diesel engine, bio-diesel compatible Transmission, 6 speed automatic 68RFE Rear Axle, 3.73 ratio SLT preferred equipment group Wheels, 6 -17 x 6.0 8-lug painted steel center caps and a steel spare Tires, LT235/80R17E, BSW all season, with spare tire & wheel Seats, front 40/20/40 split-bench, cloth Seat Trim, Premium Cloth Audio system, AM/FM/CD stereo Heavy-duty automatic locking, rear differential with off road suspension pkg. Integrated diesel exhaust brake Mirrors, outside heated, power adjustable vertical camper, manual folding Floor covering, Black rubberized vinyl Transfer Case Skid Plate Alternator, 180 AMPS Trailer Towing Package, Heavy Duty, includes trailering hitch platform and 2.5 inch receiver with 2 adapter, 7-wire harness Integrated Trailer Brake Controller with Display Engine Block Heater Protection Group (to include front tow hooks, skid plates) Power windows and door locks, keyless entry Factory window tint Power steering, cruise control and tilt steering wheel Air condition Full gage instrumentation Power Brakes High Capacity air cleaner Tow/haul mode selector and auxiliary transmission oil cooler Rear parking assist, ultrasonic with rearview LED display and audible warning Uconnect phone with voice command with Blue Tooth Automatically Dimming Rear View Mirror CLIN 0002 - Vehicle to have service bed and equipment installed (see attached drawing): Model SWPB200C Service bed Doors to have weather proof seals 10 gauge tread plate floors 2 X 6 main frame runners 1 X 2 cross supports on 14 centers Heavy gauge doors 8 storage boxes (4 on each side), see attached drawing, box dimensions: #1 - 27x 34x60, #2 4x14x72(top opening box), #3 11x20x72, #4 26x20x17 (4) 24x60x2 transverse roll out storage drawers to be in Box #1 opening on street side Stainless keyed alike paddle latches 94 wide body for ease of viewing trailer Lower sides for easier towing with gooseneck trailers Tubular headache rack w/louver protection Welded steps on each side for ease of reaching inner bed 4 D-ring cargo tie down points located in bed corners 2 5\16 Flip up ball gooseneck hitch tied to chassis to reduce load on bed Receiver hitch installed (see factory specifications for trailer towing package) Brake controller and 6 way plug installed at rear and gooseneck (see factory specifications for Brake controller and wiring harness) Paint white to match vehicle All LED lighting for better safety in inclement weather Mud Flaps Door operated compartment lights Step down rear bumper Back up sensors in rear bumper (see factory specifications for Rear parking assist, ultrasonic with rearview LED display and audible warning) Install and test all equipment CLIN 0002 - Price must include trade-in of a 2004, Chevrolet Silverado, 1500, 4X4, Crew Cab, 4 door, (Z71 Off Road package) White, Shortbed with fiberglass bed cover 5.3L Vortec engine, CD, AM/FM Radio. Mileage on 4-26-2010 was 104,777. Pictures are attached. All quotes must be FOB Destination. The Contractor must provide the Vehicle Identification Number (VIN) withing 30 days after award of contract and provide the vehicle with in 90 days after award of contract. The VIN must be submitted to the POC. The delivery location for CLINs 0001-0003 is: Southwestern Power Administration ATTN: Susan Johnson (phone: 918-489-5582) Route 3 Highway 10 Gore, OK 74435 Deliveries are accepted Monday through Thursday from 8:00 a.m. to 5:00 p.m. The contractor shall coordinate with Susan Johnson, POC at least 24 hours prior to delivery. PROVISIONS/CLAUSES. The following Federal Acquisition Regulation (FAR) provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial items; 52.212-2 Evaluation -- Commercial Items (completed as follows:) (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following Factors shall be used to evaluate offers: Technical Capability, Delivery Time/Date, and Price Technical capability is significantly more important when compared to price. 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror must include a completed copy of this provision with their quote). The following FAR clauses apply to this solicitation: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Phohibition of Segregated Facilities; FAR 51.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; Far 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.225-1 Buy American Act - Supplies; FAR 52.225-5 Trade Agreements; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; FAR 52.247-64 Preference for Privately Owen U.S. - Flag Commercial Vessels. Full text of the above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Quotes must be dated and received no later than May 10, 2010, 8:00 AM, Central Time at Southwestern Power Administration, Gore, OK. SUBMIT QUOTES TO: Southwestern Power Administration Attention: Susan Johnson P.O. Box 728 Route 3 Highway 10 Gore, OK 74435 Mark the outermost layer of the quote packaging with the solicitation number: DE-RQ75-10SW10451. Quotes may also be e-mailed to susan.johnson@swpa.gov or faxed to 918-489-5527 (Attention: Susan Johnson) Regardless of the quote delivery method, quotes must be dated and received no later than May 10, 2010, 8:00 AM, Central Time at Southwestern Power Administration, Gore, OK. LATE Quotes: Quotes received after the exact time specified for receipt of quotes WILL NOT be considered. All contractors must be registered in the Central Contractor Registration (CCR) database located at http://www.ccr.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery time, GSA Contract Number (if applicable), Date quote expires, warranty, line item unit price, line item total price, complete vehicle specifications listing and total cost. For addition information, contact the Contracting Officer, Susan Johnson at 918-489-5582 or by e-mail at susan.johnson@swpa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ75-10SW10451/listing.html)
 
Record
SN02132214-W 20100428/100426234931-1ae864777dba45c6088aa313490a1210 (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.