Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2007 FBO #1881
SOLICITATION NOTICE

23 -- Combined Synopsis/Solicitation

Notice Date
1/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contract Support Section, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-07-00083
 
Response Due
1/26/2007
 
Archive Date
2/26/2007
 
Description
NAICS Code: 336211 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number, RFQ-DC-07-00083 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-14. This procurement is a 100% small business set-aside under FAR part 19.5. The NAICS code for this procurement is 336211 with a size standard of1,000 employees. DESCRIPTION OF REQUIREMENT: The EPA Homeland Security Program (HSP) straight truck must be able to operate in various field conditions (wide range of environments and temperatures) and therefore must be insulated and have climate control capability. The truck cannot exceed the maximum legal length (bumper to bumper) of 40 feet; must be able to accept a 29 foot (max.) freight van body; and be equipped with a lift-gate capable of raising and lowering heavy equipment. Additionally the truck must meet the following requirements: 1) Tandem Axle chassis to accommodate G.C.W of 54,000 lbs; 2) 10 5/8 inch, heavy duty steel cross members; 3) 12,000 lb. minimum, front axle; 4) 40,000 lb. min., rear tandem axle (both drive axles); 5) Low air leaf: 40,000 lbs., air-ride suspension; 5) Cab air suspension; 6) Air ride seats (driver & passenger); 7) 330 HP engine; capable of modification to 950 foot-pounds of torque with Fire Service Intended exemption (exemption for Emergency Response Vehicles); 8) 130 amp, minimum, alternator; 9) Allison 3500 EVS-P six-speed automatic trans. (or equivalent); 10) Engine retarder; 11) Extended fuel capacity (minimum of 200 gal.) in back of cab; 12) Tool box/step under cab door; 13) Motorized windows (driver and passenger side) to allow for port of entry communication during interstate transport; 14) Heated electric mirrors; 15) AM/FM/CD/ Weather Band Radio; 16) Citizen Band Radio; 17) Cab mounted fire extinguisher; 18) Tow hooks on front bumper. DELIVERY: The truck shall be delivered FOB Destination to the Denver Federal Center, Denver, CO, 80225. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government and represents the best value, based on the following factors: time of delivery; proximity of ship-from location to Denver, CO; technical capability of the items to meet the requirements; and past performance. The aforementioned factors, when combined, are significantly more important than price. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offerors Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, and 52.232-33. These provisions may be viewed electronically at www.arnet.gov. Potential offerors are reminded that award can only be made to a Contractor registered in the Central Contractor Registration (CCR) database with an active DUNS number. QUOTE SUBMISSION INSTRUCTIONS: Offerors shall submit a firm-fixed-price quote, inclusive of all costs, for delivery of the vehicle to Denver, CO, 80225; along with the FAR 52.212-3 representations and certifications. In addition, offerors shall submit past performance references for three projects completed in the past three years that have similar scope, size and complexity as the project described herein. For each reference include the order number; name and description of the project; dollar amount; narrative discussion explaining how the item is similar in scope to that in this solicitation; and the name, title, current address, e-mail address, and telephone number of the contracting officer and project officer. Responses are due no later than January 26 at 2:00 PM EST and should be sent electronically to gilham.michael@epa.gov. Offers that do not comply with all the terms stated herein will be excluded from consideration.
 
Record
SN01214887-W 20070120/070119093631 (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.