SOLICITATION NOTICE
23 -- Request for Quotation, Over the Road Tractors
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441110
— New Car Dealers
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-11-T-5005
- Response Due
- 9/2/2011
- Archive Date
- 11/1/2011
- Point of Contact
- Bryan Baldwin, 406 324 3410
- E-Mail Address
-
USPFO for Montana
(bryan.j.baldwin@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, 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 request is a hundred percent set aside for small business concerns. The NAICS code is 441110 and size standard is less than $29.0 Million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a fixed price for: (2) 80,000GVW Tandem Axle Tractors (2) shipping (FOB Destination). (3) Itemize price of options. Delivery will be to Fort Harrison (1956 Mt Majo Street, Fort Harrison, MT 59636-4789). This request is contingent on availability of funds. (2) New Tandem Axle Tractors: 1.The Montana Army National Guard (MTARNG) office anticipates purchasing two (2) tractors to provide support to the outlying units. All quotes must be good through 30 September 2011. Quotes shall include a base price of vehicle with options itemized. Two Western Star tractors will be considered for trade purposes a 2001 Western Star VIN 967822, and 2003 Western Star VIN 84697, combined trade credit to be deducted from total price of two new trucks. Quoted tractors shall have an authorized dealer/service center within 150 mile radius of Helena, MT. The equipment must meet the following minimum requirements: 2. 2012 -2013 Tandem Axle Tractors: a.2012-2013 Tandem Axle Tractor Minimum 80,000 GVW. b.Diesel Engine 500hp/1850 Torque c.18.7 CFM Air Compressor d.Engine Mounted Air Cleaner 10" with Constant Torque Clamps e.Cooling module minimum of 1440sq inches. f.Block Heater 120v/ 1500w g.Heated fuel water Separator functional with key on power. h.In-Tank fuel heaters for both tanks i.160 Amp Alternator j.Battery Disconnect switches k.Remote jump start terminals for batteries. l.3 Batteries with a total of 2100CCA m.Automated Transmission n.SPL Drivelines o.14,600 pound rated wide track steer axle p.Reduced Stopping Distance compliant brakes on all axles. q.46,000 pound rated rear tandem axles with pump and full locking differentials r.6s/6m anti-lock braking system with traction control. s.Air ride (8 bag) rear suspension. t.11R22.5 Tires, Highway tread on steer axle, Traction tread on drive axles. u.Aluminum Rims is all positions. v."Dura-Bright" type infused wheel polish for aluminum rims. w.10 x 3 x 3/8 Steel Frame Rail x.Air Slide Fifth Wheel, 24.5 inch slide, outboard mounting angles, 50k Vertical rating, LH release. y.Battery Box located on drivers side entre for easier cab entry. z.Exhaust module located on passenger side entre for easier cab access. aa.220 gallon minimum fuel capacity bb.Diesel Exhaust Fluid Tank 18 gallon minimum cc.Extended Day-cab providing occupants with greater leg room to reduce driver fatigue. Cab constructed with aluminum and fiberglass fully hucked cab with all aluminum bulkhead doors and continuous stainless steel piano style door hinge and pins appox. 128" Bumper to Back of Cab (BBC), 80" Front Axle to Back of Cab. dd.Cab door bearing blocks. ee.Metton Hood with split fenders ff.Color codes and numbered wiring for easier service, Multiplex wiring for gauges. gg.45,000 BTU cab heater with A/C hh.Ball Valve to isolate heater ii.Adjustable tilt and telescoping steering wheel. jj.Flip valve on dash for PTO, with indicator light and piping to Factory installed PTO kk.Complete hydraulic system, pump, controls, and plumbing for low boy trailer application. ll.All air lines color coded and numbered for easier service. mm.3 Spare switches wired to power. nn.Required gauges: Dash mounted Air filter restriction gauge, Engine oil temp gauge, Fuel Filter restriction gauge, Manifold pressure gauge, Ammeter in addition to volt meter, Dual drive axle temperature gauges, Transmission temp gauge, speedometer, tachometer, engine coolant temperature gauge, primary and secondary air gauges, DEF level gauge with warning light and alarm. Center mounted driver information center to provide information on fuel economy, trip information, truck information, diagnostics, alarm clock and gear display. oo.Air Ride seats, driver and passenger side. pp.AM/FM/CD Radio with Weather band. qq.CB installation Kit, center mounted in header with quick release mounting. rr.Under dash center counsel with cup holder.. ss.Work Station between the seats with cup holders, accessory power outlets, writing table and accommodations for hanging files. tt.Daylight doors with peeper window on right hand side. uu.Dual Moto Heated Mirrors vv.Power drivers window, power passenger side window. ww.One piece curved glass windshield. xx.Exterior sun visor with integrated marker lights. yy.Link Cab-mate cab suspension. zz.Dual Extended life halogen headlights aaa.Switch and wiring for customer installed floodlights. bbb.Electronic back up alarm. ccc.Circuit breakers replacing fuses over 5 amps. ddd.Extended purge air dryer. eee.Fire extinguisher mounted on outside of drivers seat. fff.Base coat clear coat paint. ggg.Optional Items: i.Option 1: Remove existing tool boxes and headache rack from current chassis and powder coat both boxes and rack to provide protective surface. Benefit of not having to replace items with new when current items are not worn out. ii.Option 2: Vehicle mounted GPS Navigation system with street and topographic capability, current topographic and street maps installed. iii.Option 3: Satellite radio system 3.Instructions to Offerors: i. Appropriate tags and warning labels shall be affixed where necessary for safety and ease of operation. ii. A minimum of one operator's manual per truck shall be delivered with the system containing information on operation, maintenance, troubleshooting and replacement parts. iii. Two Western Star tractors will be considered for trade purposes a 2001 Western Star VIN 967822, and 2003 Western Star VIN 84697, combined trade credit to be deducted from total cost of two new trucks. Tractors will be available for inspection from 22 August 2011 to 26 August 2011at Fort Harrison, MT. All interested offerors will schedule a time for inspection with CPT Bryan Baldwin, 406 324 3410 or bryan.j.baldwin@us.army.mil. Offerors will provided itemized credit to the government for the tractors in their quotation. 4.Testing and Warranty: All equipment shall be factory assembled, thoroughly tested and backed with a standard factory warranty. Authorized dealer service center within 150 mile radius of Helena, MT. 5.Quotation shall be inclusive of shipping and delivery fees. 6.Questions and Answers. Email all questions to bryan.j.baldwin@us.army.mil. Questions must be received no later than 29 August 2011, 4:00 pm MST. Answers will be provided, on a non-attribution basis, as an amendment to this combined synopsis solicitation no later than 31 August 2011. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. Offerors will submit technical specifications of the product, to include warranty information, with the quote. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.232-18, Availability of Funds (APR 1984). Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated fudns from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.204-7 Central Contractor Registration APRIL 2008 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APRIL 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Diabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than September 2, 2011 by 4:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin@us.army.mil. Faxed offers will not be accepted. If you have any questions, please contact CPT Bryan Baldwin at 406-324-3410 or email bryan.j.baldwin@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-11-T-5005/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN02532237-W 20110814/110812235404-08b9d505befec9491b48671b88b25d85 (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 |