Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
MODIFICATION

23 -- Service Truck with Aerial Device

Notice Date
8/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S22070001
 
Response Due
9/10/2012
 
Archive Date
11/9/2012
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. DESCRPTION: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; quotes are being requested and a written solicitation will not be issued. Solicitation is W67K2S22070001 issued as a Request for Proposal. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase a service platform truck with mounted aerial device body. Minimum requirements are as follows: Truck Specifications Maximum 19,500 lbs. GVWR Super/Heavy Duty, dual rear wheel, two-wheel drive, GCWR 33,000 lbs. with utility body with standard options. -Capable of towing up to 16000 lbs. loaded trailer weight. -Wheelbase between 140.8 - 200.2 -Heavy duty diesel engine. Bidder must specify -Heavy duty automatic transmission with PTO provision is required -Factory installed air conditioning -Front and rear axles and suspension Standard for GVWR. Dual rear wheels required. Bidder must specify axle ratio. -Front and rear springs, max capacity for GVWR package. -Heavy duty front and rear shock absorbers -4 and 7 factory trailer brake wiring and connectors required. Factory installed integrated electric brake controller required. -Standard capacity fuel tank, that is compatible for aerial device body. Bidder must specify capacity. -4 wheel vented-disc ABS brakes. -Heavy duty cooling required -Charging system, 157 -amp minimum required. Bidder must specify amps. -Electrical Heavy duty Highest CCA available. Four factory installed up fitter switches. - Seats Bench with heavy-duty vinyl 40/20/40 split bench -Side mirrors, Manually telescoping trailer tow w/manual glass and two way fold. -Premium quality radials with all season tread. -Mud flaps, anti sail required on rear. -Interior color. To be selected from manufacturer's standard colors. Submit color options with quote. -Exterior color to be selected from manufacturer's standard colors to match aerial body standard color. All paint is required to meet OEM standards and be factory applied. -Any installed optional equipment is to be painted with color match guarantee the same color as the cab. -Vehicle to be delivered with the following : oCertificate of Origin. oOperators manual. oFour sets of keys. o Complete set of vehicle manufacturer's CD/Manuals to include electrical manual. -Guarantee/Warranty, body and installation to include all materials, paint, and workmanship to be guaranteed free from defects for a minimum of two (2) years. Material Handling Aerial Device Body -Aerial Device Body. Bidder to submit specifications. -Over center articulating aerial device. -Material handling system with hydraulic tilting and hydraulically extendible jib. -Insulated, ANSI category C, 46 kV and below. -Lower boom insulator, 7 in. (18mm) -Continuous rotation -Side mounted platform 24 X 30 X 42 in. (610 X 762 X 1067 mm) -Platform capacity 350 lb. (159 kg) -Hydraulic/mechanical platform leveling system -Hydraulic platform tilt -Full pressure open center hydraulic system -Hydraulic tool circuit at boom tip. -A-frame outriggers, one set -Outrigger boom interlock system -Outrigger motion alarm -Back up alarm - Platform height (based on 40 in chassis frame height) 37.1 ft -Side reach 29.2 ft -Sidereach non -overcenter 25 ft -Stowed travel height 9.3 ft -Platform capacity 350 lb -Boom articulation oUpper - 205 degrees oLower - 98 degrees oRotation - continuous - Fall Protection system -Wheel chocks -Tool circuit at the tail shelf -Trailer hitch Minimum Class V receiver hitch with a 15000 lbs. weight rating. - Will be delivered installed on vehicle above in accordance with the body manufacture specifications and requirements. -All components (electrical, hydraulic, and mechanical) of the Aerial al body and vehicle will be fully functional and operational on said vehicle. -To be delivered with the following : oCertificate of Origin. oOperators manual. oFour sets of keys. oComplete set of manuals to include electrical manual. -Guarantee/Warranty, body and installation to include all materials, paint, and workmanship to be guaranteed free from defects for a minimum of two (2) years. FOB Destination: Utah Army National Guard 12953 South Minuteman Drive Draper, UT 84020 REQUIREMENTS: 1.Specifications must accompany quote or risk being not considered. 2.Include quotation number, offerors name and address, point of contact, phone number, e-mail address, CCR number, and TIN on cover sheet submitted with bid sheet. Failure to provide this information with your quote may cause your offer to be considered non-responsive. 3.Quote will be awarded based on lowest price technically acceptable. QUOTE DUE DATE: NLT 5:00 pm MST 10 September 2012. Quotes may be e-mailed to jennifer.shaw5@us.army.mil or mailed to USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, Draper, UT 84020-2000. Facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed Debarment (c) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (d) FAR 52.222-3 - Convict Labor (e) FAR 52.222-21 - Prohibition of Segregated Facilities (f) FAR 52.222-26 - Equal Opportunity (g) FAR 52.222-35 - Equal Opportunity for Veterans (h) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (i) FAR 52.222-37 - Employment Reports on Veterans (j) FAR 52.222-50 - Combating Trafficking in Persons (k) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (l) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (m) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (n) FAR 52.233-3 - Protest After Award (o) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials (9) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (10) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (11) DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government Of a Terrorist Country (12) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (b) DFARS 252.247-7023 ALT III - Transportation of Supplies by Sea - Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2S22070001/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020-2000
 
Record
SN02856433-W 20120829/120827235910-569c8368e8586c3aa070d451a0e561b5 (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.