Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24, 2001 PSA #2773
SOLICITATIONS

42 -- REFURBISHMENT OF FIRE TRUCK

Notice Date
January 22, 2001
Contracting Office
Contracting and Purchasing Division, Post Office Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, South Carolina 29905-5000
ZIP Code
29905-5000
Solicitation Number
M00263-01-T-0017
Response Due
February 23, 2001
Point of Contact
Nora Louise Jarrell, Contract Specialist,, (843) 228-3836 or Linda L. Stroh, Contracting Officer, (843) 228-2151
E-Mail Address
jarrellnl = contract specialist; strohll = contracting (jarrellnl@mcrdpi.usmc.mil (or) strohll@mcrdpi.usmc.mil)
Description
I) 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. The following information is being provided for this fire truck: This is a Chassis Model 1000 GPM fire truck, Serial Number 1P9CAO1G7HA040481. Front and rear axle of this truck is 13,220GVW. The telescoping water tower is 50 feet. This synopsis/solicitation shall be awarded as a Firm Fixed contract upon evaluation of the best value to the Government. Award will be made as a one time refurbishment. (ii) M00263-01-T-0017 is being issued as a Request for Quotation (RFQ) for the refurbishment of a fire truck. (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. (iv) The associated standard industrial code (SIC) is 3711 (v) It is the request by the Government that one firm-fixed price be given for this line item to include the following: (1) Four-door conversion package. Quantity 1. (2) Crew cab heater. Quantity 1. (3) Fold down jump seats made of vinyl or comparable material on rear wall of crew cab inclusive of seat belts. Quantity 2 (3) Installation of existing 25" Grover air horns in bumper inclusive of plug welding holes in roof, metal finishing and painting. Quantity 1(5) Air conditioning, front and rear cab; NOTE: A 250 amp alternator system is recommended. Quantity 1 (6) New 250 amp alternator system to replace the present 145 amp alternator system. Quantity 1 (7) Cosmetic repaint, inclusive of the following areas to be repainted: All compartment doors and all exterior painted surfaces of the apparatus body. Compartment doors to be removed and painted separately (both sides). Remove hose troughs, pike pole holders, ladder brackets or hydraulic ladder racks and repaint. Disassemble apparatus body side compartment assemblies removing of aluminum tread plate panels on top of compartments, aluminum tread plate rub rails, tread plate at the front of compartments, fender crowns, fuel fill door, lights on fender panels and lights at rear of compartments. Quantity 1 (8) Disassembling of cab for painting, inclusive of removal of handrails, removal of aluminum tread plate, front bumper, stainless steel accessories, mirrors, fender crowns, trim band, marker lights on the cab roof and light bars on cab roof. Reassemble cab and body after painting, Lettering and striping to be provided to match the existing, painting of wheels if not aluminum or covered by s/s liners, Painting of the inside of hose beds or cargo area, hose bed dividers or partitions, Interior of compartments, Underside of cab or body including heat shields, Cab interior, tele-squrt aerial device. Quantity 1. (9) Inspection of Electrical, pump, body, cab, water tank, chassis/road test, and any other inspections requirement. Quantity 1. (10) Aerial inspection to be performed to evaluate the aerial unit and associated components, inclusive of hydraulic lines (vi) A firm-fixed definite delivery contract will be issued. The item listed is for pricing only and in no way obligates the Government to award all the line items , nor does it prohibit the Government to order additional quantities during the life of the contract within the terms and conditions of clauses and provisions specified herein. The contractor shall provide all materials, tools, equipment and labor necessary to complete delivery of the required products. (vii) Delivery schedule. Transportation to and from is to be provided via the contractor awarded. Refurbishment of this fire truck will be completed within the contract award period. It is the responsibility of the sources subitting a quotation to include the time frame from the beginning to the completion of this refurbishment to include along with the quotation. (viii) The following Federal Acquisition Regulation (FAR) provision applies. Provision 52.212-1, Instructions to Offerors-Commercial. Addendum 1 to Provision 52.212-1: Offerors shall submit their quotations on an "all-or-none" basis. The Government reserves the right to reject any quote that does not offer the complete refurbishment of all line items per this quote (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items is included as part of this contract to include the specific evaluation criteria in paragraph (a) 1) Ability to provide all the required products and services as an all-or-none basis. Offerors are to provide their names, addresses and telephone numbers; terms of any warranty, "remit to" address, if different than mailing address 2) Past performance. Offerors must provide written proof that justifies they are capable of providing this type of refurbishment for this type of fire truck. An example of this is a recent and relevant contract for the same or similar items with contract numbers, points of contact and telephone numbers. 3) Technical to be inclusive of quality of work and warranty. (4) Value based on price. (x) Offerors shall include a completed copy of Provision 52.212-3, Offeror Representations and Certifications Commercial Items, with a copy of its quote. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following additional FAR clauses and provisions are hereby added to FAR clause 52.212-4 as Addendum 1: The Government reserves the right to utilize the Government credit card as a payment method upon delivery and acceptance of supplies and service under this contract. When payment is made by the Government credit card, FAR Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is hereby deleted from FAR Clause 52.212-5. FAR 232-36, Payment made by Third Party, also is applicable to this procurement. Provision 52.214-31, Facsimile Bids are also included in this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional clauses cited in the clause by reference apply: 52.222-3, Convict Labor; 52.233-3, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, Protest after Award; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Veterans and Veterans of the Vietnam Era., 52.222-41, Service Contract Act, 52.246-4. FAR 52.247.55, FOB Point for Delivery of Government Furnished Property also is applicable. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this contract: The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The clause at 252.225-7001, Buy American Act and Balance of Payments Program applies to this acquisition. Each Offeror shall review the clauses and provisions incorporated by reference and full text through via internet address www.gsa.gov/far and return a completed copy of the required provision with its quote. Copies of clauses and provisions may be provided upon request. (xiii) The government requests that the responsible source supply the quote inclusive of a written warranty for services provided. The refurbishment has to meet all fire truck safety standards of the Department of Defense per the NFPA 1901. (xiv) The Defense Priorities and Allocation System (DPAS) assigned rating is DO S10. (xv) The Commerce Business Daily numbered Note 25 that appears at the end of this solicitation notifies prospective bidders that quest for quotation is being announced as a as full and open competition, but that an outline of previous projects name, professional qualifications and specific experience of engineers and technical personnel are required (xvi) Offerors must submit their quotes to reach destination by 4:00 pm, EST . Offerors may also fax their quotes, to include the completed provision, on or before the closing date and time, to 843-228-2163. (xvii) Point of contact is Nora Louise Jarrell, Contract Specialist, at 843-228-3836 or Linda L. Stroh, Contracting Officer, at 843-228-2151. All responsible sources may submit an offer, which shall be considered by the agency. All responses are due to the Regional Contracting Office within 15 days from the time this CBD Announcement occurs "See numbered Note 25."
Web Link
FAR/DFAR CLAUSES (www.gsa.gov/far)
Record
Loren Data Corp. 20010124/42SOL004.HTM (W-022 SN50B4Z2)

42 - Firefighting, Rescue and Safety Equipment Index  |  Issue Index |
Created on January 22, 2001 by Loren Data Corp. -- info@ld.com