MODIFICATION
23 -- Truck, Utility/Repair/Maintneance Service
- Notice Date
- 9/16/2003
- Notice Type
- Modification
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- DABJ25-03-T-0089
- Response Due
- 9/17/2003
- Archive Date
- 11/16/2003
- Point of Contact
- Barbara Kinnear, 253-966-3474
- E-Mail Address
-
Email your questions to ACA, Fort Lewis
(Barbara.Kinnear@lewis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a correction to the previous combined synopsis/solicitation and reads as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information incl uded in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number DABJ25-03-T-0089 is applicable and is issued as a request for quotations. The solicita tion and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This procurement is Unrestricted. NAICS Code: 443110. SIC Code: 5012. The description of the commercial item is as follows: Clin 0001 read s: Purchase of two (2) each Freightliner Business Class Service Truck, or equivalent, with the following specifications. Minimum Salient Characteristics: Straight truck with repair/maintenance utility body attached. Warranty 1 year minimum; gross vehicle capacity not to exceed 28,000 Lb. Engine, Minimum 300HP; automatic transmission; no-slip rear differential; hydraulic brake system; Minimum 100 gallon fuel tank; fuel/water separator; 168 inches wheel base; heavy duty frame; heavy duty cooling system; tr ansmission oil cooler; tires 275/80R; spare tire, mounted; cab equipped with heater/defroster and AC; air ride drivers seat; adjustable steering column; 2 man passenger seat; battery shutoff switch; instruments to include fuel, engine oil pressure and temp erature, coolant temperature, speedometer, tachometer, transmission oil temperature; truck shall have all DOT required lighting and markings for this class truck; safety warning strobe, mounted fire extinguisher and first aid kit, and highway warning kit s hall be provided. Truck shall be capable of traversing secondary roads and field sites. Repair/maintenance utility body will consist of 8,000 lb hydraulic crane with remote control, 13 feet horizontal reach with extension to 22 feet, 1 to 25 feet vertica l reach, and not less than 60 feet single cable reach; hydraulic outriggers; remote engine controls; exterior lighting package; interior light package; toolbox package w/lockable doors; positive pressure storage/tool boxes; workbench, 30 inch minimum; Linc oln welder (or equivalent), 305 amp w/cables and torch set; rotary air compressor with air dryer and 3/4 inch air line 60 ft hose reel. State delivery time after receipt of order. Delivery will be to DOL Central Receiving Point, Fort Lewis, WA 98433-9500 . Any award resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449 form. The successful vendor will be required to sign the SF 1449. Quotes will be evaluated on low price, technically acceptable. Prov ision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. Since this combined synopsis/soli citation is an RFQ, paragraph (g) and (h) of FAR 52.212-1 are deleted. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. In addition, quoters are required to submit a completed DFARS 252.212-7000, Offeror representations and certifications-Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include an y addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5 are applicable to this acquisition: 52.203-6, 52.219-4 , 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 (Jul 2000) (DoD deviation), and 52.232-33. FAR clause 52.211- 6, Brand Name or Equal is applicable. DFARS clauses 252.204-7004, Required Central Contractor Registration, and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable, to include the following clauses: (a) 52.203-3, (b) 252.225-7012, 252.225-7021, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The complete text of the Federal/Defense Acquisition Circulars are available at the following int ernet sites: DOD Electronic Commerce, http://www.acq.osd.mil and Defense Technical Information Center (DTIC), http://www.dtic.dla.mil. Quotes are due on September 17, 2003 at 4:00PM Pacific Daylight Time. Quotes may be faxed to the Directorate of Contra cting, Attn: Barbara Kinnear at (253) 967-3844, along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number. Quoters must be registered in the C entral Contractor Registration database at www.ccr.gov to be considered for contract award. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. If quoting an equivalent item, please fax a description and specifications of the item you are quoting with your quote.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN00435635-W 20030918/030916213315 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |