Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
MODIFICATION

23 -- 4X2 Stake Bed Truck, regular cab, 18000 LBS GVWR , brand name or equal

Notice Date
12/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
336111 — Automobile 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
W911N211T0047
 
Response Due
1/7/2011
 
Archive Date
3/8/2011
 
Point of Contact
JOHN KAUFFMAN JR, 717-267-9239
 
E-Mail Address
Letterkenny Army Depot (AMCOM-CC)
(john.kauffmanjr@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 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 336111. Standard Industrial Classification (SIC) is 3711. 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 4x2 STAKE BED TRUCK REGULAR CAB, 18000LBS GVWR, MODEL F-550 OR EQUAL. PRICE IS FOR ONE UNIT DELIVERED. 1.General Requirement: The purchase, delivery, and startup for one (1) 4X2 Stake Bed Truck, regular cab, 18000 LBS GVWR, brand name or equal, 362HP, medium duty truck equipped with an installed 14' stake body with 40" bulk head with window, steel stake racks and a 3,000 lb capacity lift gate. All installed equipment will be the correct model and/or size for the type of truck specified. 2. Truck Specifications: Body/Chassis TRIM LEVEL660A MFG. MODEL CODEF5G GROSS VEHICLE WEIGHT RATING (min/max- lbs)18000 Cab to Axle CAB TO AXLE, INCHES108 Engine Minimums ENGINE TYPE (Cylinders / Liters)10/6.8 HORSEPOWER (min)362 TORQUE (lb ft)457 COOLING SYSTEMHDA Engine Accessories ENGINE HOUR METERrequired Transmission AUTOMATIC TRANSMISSION5 speed Drive Axle PRIMARY DRIVE AXLErear DIFFERENTIAL TYPE/RATIO4.88 Electrical ALTERNATOR, MIN. (Amps)155 BATTERY, MIN. (CCA)750 Fuel FUEL CAPACITY MIN GALLONS40 Exterior EXTRA WIDE MIRRORSrequired Doors and Windows DOORS2 WIPERS-WINDSHIELD-INTERMITTENTrequired Lights and Lighting DAYTIME RUNNING LIGHTSrequired Interior AIR CONDITIONINGrequired POWER STEERINGrequired UPHOLSTERYVinyl Floor FLOOR COVERINGVinyl Radio AM/FM RADIO WITH COMPACT DISC PLAYERrequired Seats SEATING CAPACITY min.3 SPLIT FRONT BENCH SEAT40/20/40 Safety POWER ANTILOCK BRAKES, FRONT AND REARrequired RESTRAINT SYSTEM, ALL SEATED POSITIONSrequired FRONT SUPPLEMENTAL RESTRAINT SYSTEM DRIVER & FRONT PASSENGERrequired Suspension SUSPENSION/SHOCKSrequired Tires and Wheels LOAD RANGEG SPARE TIRE ASSEMBLYFull Size TIRESDual Rear 225/70Rx19.5G/AS Vendor Furnished Body Items BODY LENGTH, 14 FTrequired BACK-UP ALARMrequired Warranty OEM CORROSION WARRANTY5 yr/Unlimited Miles OEM POWERTRAIN WARRANTY5 yr / 60,000 mile OEM COMPREHENSIVE WARRANTY3 yr/36,000 mile bumper to bumper CONTRACTOR COMPREHENSIVE BODY WARRANTY1 yr / 12000 miles 3.Lift Gate Specifications: Lift Gate will meet all specifications including safety, electrical and manufacture to be installed onto the truck. Lift gate will be a Thieman M Series "stow away" type lift gate that is able to hold up to 3000 pounds and the correct dimensions for the truck. 4.Manuals: Operator manuals, maintenance service/parts manuals shall be provided for the truck and installed features. These manuals must be written in the English language. 5.Preservation, Packaging and Delivery: If delivered by carrier, the contractor shall utilize standard commercial methods for preservation and packaging appropriate for the truck and acceptable to commercial carriers. As a minimum, all areas of the truck susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. If driven to LEAD, truck shall arrive in clean condition, free of mud and salt, and must be scheduled for delivery during dry road conditions. Truck will be delivered to Bldg. 3239, DPW Transportation Services Branch. 6. Start-Up: Vehicle start-up will be conducted by the vendor or an authorized service representative. All start-up actions and adjustments of the truck and installed equipment are the responsibility of the vendor or authorized service representative and will be completed prior to final acceptance. 7.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 unit upon receipt by the depot. 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; 52.212-4 Contract Terms and Conditions- Commercial Items; 52.212-5(DEV) Contract Terms/Con - Executive Orders; 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; 52.223-18 Government Ban on Texting; 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; 52.252-1 Solicitation Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations Clause; 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. L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: HQ, Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 FAX # (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Wide Area Work Flow 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. All questions are to be submitted in writing to the point of contact no later than 03 January 2011. Offers are due by 06 January 2011, 9:00 AM Eastern Standard Time. Submit offers via fax to (717) 267-9834 (Attn: SFC James Myles) or email to JAMES.MYLES2@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: SFC James Myles, 717-267-9372 Letterkenny Army Depot (AMCOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f12227b23dde43d81410320823953eae)
 
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
SN02349525-W 20101224/101222234520-f12227b23dde43d81410320823953eae (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.