Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
MODIFICATION

39 -- Terminal Tractor Truck

Notice Date
10/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Letterkenny Army Depot (AMCOM-CC), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N211T0015
 
Response Due
10/18/2010
 
Archive Date
12/17/2010
 
Point of Contact
Donald Billman, 717.267.5874
 
E-Mail Address
Letterkenny Army Depot (AMCOM-CC)
(donald.billman@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Letterkenny Army Depot Contracting Office, Army Contracting Command (ACC), has a requirement for a Terminal Tractor Truck. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 336211. Standard Industrial Classification (SIC) is 3713. To be eligible to receive an agreement with the Federal Government, interested parties must be registered in the Central Contractor Registration (CCR) online at www.ccr.gov. All responsible contractors shall provide an offer for the following: LINE ITEM 0001 TERMINAL TRACTOR TRUCK, OFF-HIGHWAY, CAPACITY OF TEXAS MODEL TJ5000 OR EQUAL. PRICE IS FOR ONE UNIT DELIVERED. 1.The following minimum specifications are required: 1.1Fuel saver unit 1.2Engine HP: no less than 167 HP, no greater than 190 HP 1.3Engine block heater 1.4Transmission: 2-speed, with lower shift 1.5Front axle: no less than 13,200 lb rated 1.6Rear axle: no less than 30,000 lb rated 1.7Rigid suspension 1.8Wheelbase: no less than 116 with 83 between cab and Fifth wheel in the UP position 1.9Fifth wheel required 1.10Lift cylinders: 70,000 lb capacity with less than 16 lift height 1.11Exhaust system must be vertical with a heat shield 1.12Spring-loaded rear fenders and flaps 1.13Amber strobe light 1.14Steel frame 1.15Extended height cab: no less than 66 with electric cab tilt 1.16Air drivers seat with safety seat belt 1.172008 or newer model 2.Manuals: Two sets of operator manuals, service and parts manuals shall be provided for the terminal tractor. These manuals must be written in the English language. 3.Preservation, Packaging and Delivery: The contractor shall utilize standard commercial methods for preservation and packaging appropriate for the vehicle and acceptable to commercial carriers. As a minimum, all areas of the unit susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. The contractor shall be responsible for ensuring the unit is delivered to LEAD in new condition. Terminal Tractor will be delivered to Bldg. 3239, DPW Transportation Services Branch. 4.Training: Delivery will include start-up and testing. All start-up actions and adjustments of the vehicle are the responsibility of the vendor or authorized service representative and will be completed prior to conducting training. The vendor or authorized service representative will provide operator training for 2-3 Letterkenny personnel after receiving the mobile asset. 5.Warranty: A standard one-year, commercial warranty shall be furnished with the vehicle. The warranty period begins when the LEAD Contracting Officer provides official confirmation that the vehicle has satisfied all operational provisions of the contract. The warranty will cover all parts, labor and transportation expenses necessary to complete any resulting repairs. 6.Final Acceptance: Final acceptance shall be determined by the successful completion of all provisions of this contract as determined by an inspection and operational test of the vehicle upon receipt by a Government representative. The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offeror-Commercial Items; The award decision will be based on the lowest priced technically acceptable. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial Items or do so online at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.209-6 Protecting the Government Interest When Subcontracting; 52.211-6 Brand Name or Equal; 52.211-17 Delivery of Excess Quantities; 52.212-4 Contract Terms and Conditions- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-19 Child Labor Cooperation 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, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act Supplies; 52.52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3 Protest After Award; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order; 52.247-34 F.O.B. Destination; 252.204-7004 Required Central Contractor Registration; 252.243-7001 Pricing of Contract Modifications; 52.211-15 Defense Priority and Allocation Requirements; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Government Visa Card is the preferred method of payment for this action. However, payment by electronic fund transfer will be considered. WAWF Instructions (local clause available via email request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is www.ccr.gov. Offers are due by 18 October 2010, 9:00AM Eastern Standard Time. Submit offers via fax to (717) 267-9834 (Attn: Don Billman) or email to donald.billman@us.army.mil. Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Donald Billman, 717-267-5874 Letterkenny Army Depot (AMCOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b6aad7899ebc80a0e1edb3517d829382)
 
Place of Performance
Address: Letterkenny Army Depot (AMCOM-CC) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02309838-W 20101014/101012234218-b6aad7899ebc80a0e1edb3517d829382 (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.