Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2021 SAM #7183
SOLICITATION NOTICE

23 -- Waste Refuse Truck

Notice Date
7/30/2021 1:03:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN21Q0028
 
Response Due
8/30/2021 1:00:00 PM
 
Archive Date
09/14/2021
 
Point of Contact
SSG SUSETTE LUJARDO LAHERA, Phone: 410-749-0188
 
E-Mail Address
SUSETTE.LUJARDOLAHERA.MIL@MAIL.MIL
(SUSETTE.LUJARDOLAHERA.MIL@MAIL.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Beta SAM Website (https://sam.gov/content/home).� The RFQ number is W912CN21Q0028.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 and DFARS Publication Notice 07-09-2021.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ ���and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.� The NAICS code is 336120 Heavy Duty Truck Manufacturing and the Small Business Standard is 1,500.� This is a competitive Firm Fixed Price (FFP) 100% Small Business Set-Aside action. The Small Business Office concurs with the set-aside decision. The Contracting Support Brigade (CSB), 13th Regional Contracting Office Hawaii requests responses from qualified sources capable of providing a brand name or equal product.� CLI N 0001, One Waste Refuse Truck, QTY: 1 Each CLIN 0002, Transportation Cost, QTY: 1 Group The brand name, model number, and salient characteristics of the product(s) are: 1. ��Gross Vehicle Weight: �51,000 GVW minimum 2. ��Model Year of truck shall be 2019 model or newer 3. ��Side Loader Refuse Truck 4. ��Body Capacity: �30 Cubic Yards minimum or maximum 32 Cubic Yards 5. ��Hopper Capacity: �6 Cubic Yards minimum 6. ��Transmission � Automatic 7. ��Equipment will be equipped with a diesel-powered engine that uses a DEF (diesel emissions fluid) solution to meet Tier 4 emission requirements. � 8. ��Equipment will be equipped with an engineered Gripper Arm that is operable from the driver�s operating position meeting the following minimum following specifications: a. ��Gripper Arm will lift 300- and 450-gallon HDPE Round Refuse Containers with minimum arm reach capability 10 ft. or maximum of 12 ft. 9. ��Vehicles must have air conditioning and heating, seat belts, windows that can be opened, back up siren, fire extinguisher, first aid kit, spare tire, and three (3) sets of keys as applicable for the type of equipment. 10. �Vehicle will be provided with all factory documentation consisting of no less than a complete set of Operator, Parts, and Service Manuals � FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference.� Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products Delivery is 11 OCTOBER 2021, Delivery Location is for Tracy Depot, 25600 S. Chrisman Road, Tracy, CA 95304.� Upon contract award, a Transportation Account Code (TAC) will be issued to the Contractor to coordinate the tracking information with the Government personnel.� Responsibility and Inspection:� unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes as well as any additional information and certifications with reference to the provisions contained herein: A completed copy of 52.212-3 and its ALT I (Attachment II). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements This announcement will close at 10:00 a.m. Hawaii Standard Time on Monday, August 30, 2021.� Contact SSG Susette Lujardo Lahera who can be reached at 410-749-0188 or email susette.lujardolahera.mil@mail.mil.� It is the responsibility of the contractor to ensure quotes are received and acknowledged by the Contract Specialist on or before the closing date of Monday, August 30, 2021 at 10:00 am (Hawaii Standard Time). Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.� Procedures in FAR 13.106 are applicable to this procurement.� While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery, a determination of responsibility, technically acceptable low bids, and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Questions regarding this solicitation shall be submitted in writing via E-Mail to the Contract Specialist susette.lujardolahera.mil@mail.mil within 10 days after the day specified in Block 6 of the SF1449. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/27ae37aa317f4fbf928d4080daf221eb/view)
 
Place of Performance
Address: KWAJALEIN ATOLL, MHL
Country: MHL
 
Record
SN06079883-F 20210801/210730230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.