Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOLICITATION NOTICE

25 -- Service Body with Crane Mount for 2019 Ford F550

Notice Date
3/18/2020 10:01:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
ROGUE RIVER-SISIKIYOU NATL FOREST MEDFORD OR 97504 USA
 
ZIP Code
97504
 
Solicitation Number
1204N720Q0021
 
Response Due
4/1/2020 3:00:00 PM
 
Archive Date
04/16/2020
 
Point of Contact
Chad Schmele, Phone: 5416182021, Fax: 5416182148, Vicky L Mugnai, Phone: 5416182020, Fax: 5416182148
 
E-Mail Address
chad.schmele@usda.gov, vicky.mugnai@usda.gov
(chad.schmele@usda.gov, vicky.mugnai@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation. �Quotations are being requested and a written solicitation will not be issued.� The solicitation number is�1204N720Q0021 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is�336211.� The small business size standard is 1,000 employees.� This acquisition is a total small business set-aside.� This solicitation is for a firm fixed price contract.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-02 and 03.� The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price.� The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-6, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. All clauses and provisions referenced in this announcement may be accessed at the following website: https://www.acquisition.gov/browse/index/far Line Item Description:� Supply, Install and Deliver F.O.B. Destination: Service Body with Crane Mount for 2019 Ford F550 Item 1 CRANE SERVICE BODY FOR FOREST SERVICE VEHICLE 9278, 2019 Ford F550, 4X4, 6.7 LITER DIESEL ENGINE.� CREW CAB, CAB TO AXLE 60 INCHES WITH DUAL REAR WHEELS, 19,500 GVWR. Scope of Work Order: It is the intent of the US Forest Service to purchase a heavy-duty service body to be installed on a Forest Service furnished truck cab/chassis.� The contractor is to furnish, fabricate, assemble, install and paint the unit as per technical specifications. Intended Use of Vehicle: The vehicle will be used primarily as a crew support vehicle for the Forest Road Maintenance Team.� It will be subjected to abnormal stresses, vibrations, twists and other operational hazards due to travel on forest and unimproved mountainous roads.� Quality workmanship is required to assure a projected use life of at least 8 years. Certification: The vehicle will be furnished with an incomplete document package.� The contractor is responsible for completing required documents and sticker.� The contractor must comply with the current Federal Motor Vehicle Standards.� The contractor will need to place the sticker on a convenient location on the door jamb of the street side or behind the seat on the cab wall of the same side.� The contractor accepts the responsibility as the final stage manufacturer. Materials and Workmanship: Body shall be Galvanneal construction. All other materials, parts, and assemblies shall be new and of current manufacturing; manufactured by a company that supplies and stocks replacement parts and provides a warranty for their products.� Assembly shall be in conformance with standard manufacturing practices. Technical Specifications: Service body shall be of manufacture standard height within following dimensions: Cab to axle (CA) 60 inches Body length approximately 109 inches Body height approximately 42 inches, L front/R front 60 inches Overall body width not to exceed 96 inches Compartment depths of approximately 22 inches Weather tight automotive seals for all compartment doors Bed width not to exceed 50 inches (flat floor, no wheel wells in bed area) Bed floor 1/8 inch thick steel tread plate minimum All compartment doors shall be hat sectioned reinforced for durability and long life 6 D-ring cargo tie-downs on body floor or 6 integrated tie-downs recessed in body floor with a 6,000-lb. capacity, front d-rings/tie-downs shall be 26 inches back from the front of the utility body Street side compartment top over long compartment: cover with steel tread plate to mount aftermarket gas powered air compressor, curb side covered with steel tread plate between tall front compartment and crane mounting plate Door latches all keyed alike Anti-skid treatment on bed floor, bed cargo area walls and top of compartments Curb and street side compartments must have approximate clear door openings and shelf configuration as follows: Street side:����� Front vertical � (w x h) 32� x 58� (1 adjustable shelf) ����������������������� Horizontal � (w x h) 72� x 14� (No Shelf) ����������������������� Rear vertical � (w x h) 24� x 23� (No Shelf) Curb side:������� Front vertical � (w x h) 32� x 58� (1 adjustable shelf) ����������������������� Horizontal � (w x h) 35� x 14� (No Shelf) ����������������������� Rear vertical � (w x h) 24� x 40� (No Shelf) Street side front compartment - severe duty aluminum mechanics tool drawer module (w x h x d) 30�x42�x 21�. Dual locking drawer latch, 300 lbs. capacity per drawer weight rating, 5 drawers 3 inch deep, 3 drawers 6 inch tall. Unit shall be secured by 6 bolts Curb side center over the wheel compartment - severe duty aluminum mechanics tool drawer module (w x h x d) 30�x14�x 21�, Dual locking drawer latch, 300 lbs. capacity per drawer weight rating, 2 drawers 4 inch tall. Unit shall be secured by 4 bolts Door Options: T-handle twist latches with 3-point latch system shall be provided on each door. Chains will be provided on horizontal door. Double spring over center bar or gas shock restraint�s on all vertical doors Continuous stainless steel door hinges Crane Mount: Crane capacity 4,000 lbs. Curb side rear mount Install Crane rest support bracket No crane base mount holes required Lighting Options: Tail and backup lights LED sealed Heavy duty mounting kit Lighted license plate mount. LED lights in all compartments Protective Guards: Full length � top to bottom � rock guard for front compartment � both sides, Aluminum tread plate � 1/8 inch minimum thickness Bolt on, reinforced cab protector with fully punched window for visibility, shall be approximately 2 inches higher than chassis cab Bumper: Work bench rear bumper approximately - (l x w x h)18� by 109� by 10� T-handle twist latches both ends, single point latch, pass through compartment Tread plate, non-skid bumper. Left and right side under bumper flexible mounted steps with grip strut anti-skid tread surface 2 or 3 inch tube trailer hitch rated for 12,000 lbs. capacity minimum Curb side Crane stabilizer rated for 4,000 lb. capacity crane, manual crank type, removable for driving 2 inch receiver mounted curb side front� below bumper for crane stabilizer Paint: Service body will be painted to match body of truck including inside door panels Paint code on cab chassis is Z1. Misc. Options: Tailgate � standard height Body to be completely undercoated Grab handles to assist in climbing into cargo area (chrome, mounted to the back of the street and curbside rear compartments) Torsion Box Understructure Spray in bed-liner on bed floor surface only Pick Up and Delivery: The Forest Service will deliver the cab-chassis and pick up the completed vehicle on awards within 90 miles of Roseburg, OR. The successful bidder will pick up the cab-chassis and deliver the completed vehicle on awards greater than 90 miles from Roseburg, OR. Warranty: Please specify warranty coverage on your quote Timeline:� After receipt of the vehicle the vendor will have 45 days to complete the work. Required Delivery Schedule:� The Government requires delivery on or before 45 day ARO.� Delivery Location: Umpqua National Forest, Automotive Shop, 2691 Diamond Lake Blvd., Roseburg, OR 97470. Delivery shall be made on regular working days, Monday through Friday, between 8:00 a.m. and 4:00 p.m.� Contractor shall notify the Contracting Officer's Representative (COR) 48 hours in advance of delivery at (541) 957-3564.� Packing and Packaging � Commercial:� Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery at destination.� Containers and closures shall comply with the Interstate Commerce Commission and Regulations, Uniform Freight Classification Rules, or Regulations of other carriers as applicable to the mode of transportation.��Quotes and Descriptive Literature establishing verification of technical capability to meet specifications and delivery schedule are due to the Contracting Officer, Rogue River-Siskiyou National Forest, 3040 Biddle Road, Medford, Oregon 97504, on April 1, 2020 by 3:00 p.m., local Pacific Standard Time. Send quotes by FAX to: (541) 618-2148� Attn: Contracting Or by email to: chad.schmele@usda.gov NOTE:� Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Information on registration may be obtained via the internet at:� http://www.sam.gov or by calling 1-888-227-2423.� This is not a public opening.� All offers submitted are considered confidental.� The name of the contractor and the amount of the contract will be disclosed only after an award has been made.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01d2034dbf754862a5c0014869f44ced/view)
 
Place of Performance
Address: Roseburg, OR 97470, USA
Zip Code: 97470
Country: USA
 
Record
SN05593272-F 20200320/200318230221 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.