Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOLICITATION NOTICE

23 -- 10/12 CYd Elliptical Dump Body

Notice Date
12/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-7TH FLOOR PORTLAND OR 97204
 
ZIP Code
97204
 
Solicitation Number
HAQ084504
 
Response Due
12/14/2007
 
Archive Date
12/10/2008
 
Point of Contact
Thomas L. Fulton Purchasing Agent 5038086220 Thomas_Fulton@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Solicitation HAQ084504 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-15. All responsible sources may submit a quote which will be considered. This solicitation is set aside for small business concerns. See Numbered Note(s): 1. NAICS code 336211; size standard of 1,000 employees. This will be a firm fixed-price contract for the Bureau of Land Management, Portland, Oregon 97208. SUPPLY AND INSTALL: 1 each - 10/12 Cubic Yard Elliptical Dump Body. Installation includes the removal and disposal of the older dump body and installation of the new dump body with trailer towing on a 1998 Ford Dump Truck. The characteristics of the dump body are: 10/12 CY Elliptical Style Body Installation with Trailer Tow - A) BODY - > 14' by 7' inside, > 3/16" AR400 Steel Floor and sides 30" tall with 20" formed radius corners, > 8" x 4" x .188" wall rectangular tube; vulcanized neoprene lining for buffer, > 3/16" AR400 dash pane, > Hydraulic high liftgate, > 3/16" AR400 steel tail gate air-operated over center lock, angle rock deflector, > 3/8" heavy duty spreader chains with storage hooks, > Two steps and two assist handles located at left and right front corners of body, > 1/2 forward cab guard, may be offset for stack clearance, > Sealed beam recessed legal lights; sealed wiring harness system, sealed junction box, > Mud flaps and brackets with anti-sail brackets ahead of drivers; shorter style at rear, > Shovel holder, > 12 ga fenders with belted rubber side spray guards, > LED lights, and > A-Frame hoist mount and B) CHASSIS - > Body and hydraulics mounted, > Premier 370A air pintle hook and flap, pintle flush with rears tires, glad hands and tow hooks, > Cab and Chassis must have air/electrical to end of frame, > Commercial P-50 (6.375C[) continuous heavy duty pump and 2-spool VA35 control valve, > All necessary plumbing for body hoist and/or high lift tailgate operation, > Custom Hoist telescopic cylinder 64135, > 25 gallon Steel Frame mounted hydraulic tank, > Transmission mounted Hot shift PTO, > Controls, levers and switches mounted inside cab for hoist, high lift tailgate, and cross-gate trailer operation. Fested control console mounted with sealed stainless steel cables, > Columbia body safety prop, > Primer and one color - DuPont "5000" series Centari "Cloud SilverV2017", > Steel Tool Box, > Pull Tarp and > Chip bar. DELIVERY & PICK-UP: 1) BLM personnel will deliver and pick-up the 1998 Ford Dump Truck when Body is ready for installtion thus to reduce downtime of the truck. 2) ACCEPTANCE: - Final inspection and acceptance of supplies will be made by the Government at the place of delivery. 3) Warranty will be the industry standard offered to the general public for the make and model of awarded vehicle. EVALUATION FACTORS FOR AWARD - Award will be made to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance of the vendor and local service facilities of the manufacturer. Additional mandatory factor is the vendor must be registered in the Central Contractor Registration (http://www.ccr.gov) Past performance information may be based on the Governments knowledge of and previous experience with the vendor, or other reasonable basis. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all vendors. QUOTATIONS SHALL INCLUDE: 1) Unit price and Total Amount for each line item with manufacturer brochure of unit quoted; 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. 3) Vendors shall submit signed and dated quotes on either a SF1449 or letterhead stationary. Identify payment discount terms and acceptance of charge card provided as means of payment. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): FAR provisions are available at: http://www.arnet.gov/far/index.html 52.212-3 Offeror Representations and Certifications-- Commercial Items; 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.222-39, 52.225-1, 52.225-13, 52.232-29, 52.232-33. Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by COB 11:59 p.m. local time on or before June 12, 2007. Estimated required delivery date of August 1, 2007. FAX quotes will be accepted at 503-808-6312. For questions contact Thomas Fulton at 503-808-6220 or e-mail: Thomas_Fulton@blm.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1389631)
 
Place of Performance
Address: Prineville, Grant County, OR
Zip Code: 97754
Country: USA
 
Record
SN01467836-W 20071213/071211224251 (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.