Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2009 FBO #2648
SOLICITATION NOTICE

35 -- Ford Trash Truck OR EQUAL, Non-CDL Use

Notice Date
2/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAWDUMPTRUCK
 
Response Due
3/16/2009
 
Archive Date
5/15/2009
 
Point of Contact
Stephanie Goe, 703-428-1254<br />
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number W91WAW-DUMPTRUCK. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30; 15 January 2009. (IV) There is a 100% Small Business (SB) set aside for this procurement. The associated NAICS code is 423830. The small business size standard is 100 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial products: CLIN 0001: 1 EA Ford Trash Truck with below requirements OR EQUAL, de-rated for non CDL use. If submitting an equal product please send a side-by-side comparison. 11YRL-VIPJR NEW WAY REAR LOAD REFUSE BODY I 11-Yd. Body capacity, with 2.5-Yd Hopper capacity Size: 191.5 inches long x 96 inches wide overall Approx body weight: 9250# Hopper cycle time: 25-30 seconds Chrome cylinders: (2) 4 inch Slide cylinders, (2) 5 inch Sweep cylinders (2) 3.5 inch Tailgate cylinders; 3-Stage 7.5 inch Ejection cylinder Construction: High tensile steel Roof, Side, & Floor Sides: 10 gao SOK steel Floor Center; Sweep panel: 1/4 inch Tailgate Upper & Lower; Ejection panel: 10 gao 26 GPM pump; 2200 PSI operating pressure Reservoir wi 10 Micron in-tank return filter, Site gauge, & oil pressure gauge STANDARD EQUIPMENT: Semi-automatic cycling Auto Back Pack Accelerator Kit Back up alarm Light bar on upper section of tailgate wi LED SITITS Side access door; Driver alert buzzer Tailgate ajar indicator Bolt on steps on rear Safety Vision Model SV50065-CR camera with 5.5 inch B&W monitor INCLUDES: Two work lights wlcab switch, above hopper Center mounted strobe light, w/cab switch Primed & Painted WHITE w/DuPont Imron 5000 paint Installed: Incudes HOT SHIFT PTO/P20 direct mount pump Add Peterson Smart Strobe assembly ILO single strobe CUSTOMER WILL BE RESPONSIBLE FOR TAGS AND TITLE FEE (VII) Schedule: Specific delivery service schedule and estimated attendance will be as follows: 90 Days from Award, to Arlington National Cemetery, Warehouse 123-D, Arlington VA, 22211. (VIII) The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. (IX) The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. This provision is not applicable, the evaluation procedures to be used is Lowest Price Technically Acceptable (LPTA). (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007), with its quote OR INDICATE REGISTRATION ON ORCA. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XII) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (5)(i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755) (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) (24)(i) 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts). (28) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d) (31) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (36) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (XIII) 52.252-2, Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon requestk the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far/ (XIV) The Government intends to award a firm-fixed-price order resulting from this combined synopsis/solicitation. (XV) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. (XVI) Quotes are required to be received in the contracting office no later than 11:59 P.M. EST on MAR 16, 2009. All quotes must be faxed or emailed to the attention of, Stephanie Goe @ FAX: 703-428-1420 or Email: stephanie.goe@conus.army.mil. (XVII) Any questions regarding this solicitation should be directed to Stephanie Goe @ FAX: 703-428-1420 or Email: stephanie.goe@conus.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d8f98e52e9d436bfdc83f3568017e3be&tab=core&_cview=1)
 
Place of Performance
Address: Arlington National Cemetery Administration Bldg Arlington VA<br />
Zip Code: 22211<br />
 
Record
SN01755243-W 20090225/090223214753-d8f98e52e9d436bfdc83f3568017e3be (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.