SOLICITATION NOTICE
23 -- California Dump Trucks
- Notice Date
- 8/5/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- NAB050117
- Response Due
- 8/26/2005
- Archive Date
- 8/5/2006
- Small Business Set-Aside
- Total Small Business
- Description
- BLM Invitation for Bids NAB050117, two (2) 10 CY Dump Trucks delivered one each to BLM Eagle Lake Field Office in Susanville, CA and Hollister Field Office in Hollister, CA. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Both items must meet Federal Motor Vehicle Standards available on GSA web site: http://www.gsa.gov/Portal/gsa/ep/channelView.do?pageTypeId=8207&channelPage=/ep/channel/gsaOverview.jsp&channelId=-12976 REQUIREMENTS: ITEM 0001 - Order 05927, Sterling LT8500 Brand Name or equal according to 2005 Federal Motor Vehicle Standard 807L, standard Item Number 644 with the following options: AS16 16,000 GAWR front axle, ASI Air filter restriction gauge, ATT Rigid pintle hook with air operated plunger, BTC Lockable tool box, D1 Driver controlled locking differential, DHD Heavy duty dump body, DSS2 Air ride driver and passenger seats, ECB Engine compression brake, EH Engine block heater, EHM Engine hour meter, FEX Emergency equipment, fire extinguisher, warning triangles, FTD 100 gallon fuel tank, LSD Synthetic lubricant in the differentials, LST Synthetic lubricant in the transmission, MS Mud and snow tread on the drive tires, RAD AM/FM CD player radio, RM3 Heated mirrors with motorized right side mirror, RTH Rear tow hooks, SHR On/off road suspension, Tuf Trak, TJ Tools and jack, TTP Trailer towing package, VES Vertical exhaust system, WSB Set back front axle, 4.56 Differential ratio, 15 speed overdrive transmission, Exhaust pyrometer, LED lights, Adjustable tilt steering wheel, Min 350 HP Caterpillar engine compatible with B20 fuel, Air shift PTO. Deliver to: BLM, Eagle Lake Field Office, 2950 Riverside Dr., Susanville, CA 96130. ITEM 0002 - Order 05828, Western Star Model 4900 Brand name or equal according to 2005 Federal Motor Vehicle Standard 807L, standard Item Number 645 with the following options: A14 Min 140 amp alternator, AS16 16,000 GAWR front axle, ASI Air filter restriction gauge, ATT Rigid pintle hook with air operated plunger, BTC Lockable tool box, D1 Driver controlled locking differential, DHD Heavy duty dump body, Require High tensile elliptical steel body with high lift tail gate, DSS2 Air ride driver and passenger seats, DRLD Daytime running lights delete, ECB Engine compression brake, EH Engine block heater, EHM Engine hour meter, FEX Emergency equipment, fire extinguisher, warning triangles, FTD 100 gallon fuel tank, LSD Synthetic lubricant in the differentials, LST Synthetic lubricant in the transmission, MS Mud and snow tread on the drive tires, NAS Salt and sand spreader tail gate, PSM Parts and service manual, RAD AM/FM CD player radio, RM3 Heated mirrors with motorized right side mirror, RTH Rear tow hooks, SHR On/off road suspension, Tuf Trak, STA Spare tire to match the front tires, STB Spare tire to match rear tires, TBT Trailer brake controller, TJ Tools and jack, TTP Trailer towing package, VES Vertical exhaust system, WSB Set back front axle, 4.56 Differential ratio, 15 speed overdrive transmission, LLO first gear, Exhaust pyrometer, LED lights, Adjustable tilt steering wheel, Min 410 HP Caterpillar engine compatible with B20 fuel, Air shift PTO. Deliver to: BLM, Hollister Field Office, 20 Hamilton Ct., Hollister, CA 95023 Pricing shall be FOB Destination to the addresses above. Deliveries shall be coordinated with the appropriate field office and in accordance with FAR 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY: Desired Delivery Schedule - 180 days from contract award Required Delivery Schedule - No later than June 30, 2006 This is a 100% set-aside for small business. The standard NAICS classification is 333924. Size standard is 750 employees. The following provisions and Clauses apply to this announcement: FAR clauses and provisions 52.211-6 Brand Name or Equal, 52.212-1 and 3 thru 5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 2005-05. Addendum to 52.212-5: 52.216-1 TYPE OF CONTRACT - Firm Fixed Unit Price; 52.219-6 NOTICE OF SMALL BUSINESS SETASIDE; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS; 52.219-14 LIMITATIONS ON SUBCONTRACTING; 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; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION. 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - Items 0001 and 0002 delivered within 180 days after date of contract. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - Items 0001 and 0002 delivered by June 30, 2006. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE - To be filled out by the offeror. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. 52.214-10 CONTRACT AWARD - SEALED BIDDING and 52.214-31 FACSIMILE BIDS are hereby included by reference. Bids are due August 26, 2005 by 10:00 AM Mountain Time. Send bids by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Sara Oletski; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Sara Oletski; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225, or by facsimile to (303) 236-9421. An award will be made to the lowest bid with acceptable past performance. Submit bids to the address indicated above in accordance with FAR 52.212-1. Bids shall include the following items: 1) Pricing Schedule including unit price, 2) Past Performance from three (3) current customers having similar requirement (provide name, telephone number, and point of contact), 3) Completed 52.212-3 Representations and Certifications - Commercial Items (Mar 2005) (accessible at http://www.arnet.gov/far/), 4) Include TIN and DUNS Number, 5) Offer must state whether the bid will meet the desired delivery schedule, the required delivery schedule or a proposed delivery schedule and 6) Offer must be signed. Offerors must be registered at http://www.ccr.gov to be considered for award. The anticipated award date is September 1, 2005 for a Firm Fixed Unit Price Type contract. Numbered Notes: 1
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=961904)
- Record
- SN00863678-W 20050807/050805212632 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |