Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2008 FBO #2557
SOLICITATION NOTICE

23 -- Furnish Roll-Back Truck Bed, Ocoee District

Notice Date
11/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Cherokee National Forest, 2800 N. Ocoee Street, Cleveland, Tennessee, 37312
 
ZIP Code
37312
 
Solicitation Number
AG-4756-S-09-0003
 
Response Due
12/9/2008 4:30:00 PM
 
Point of Contact
Nina B Barrow,, Phone: 423-476-9706, James E.McDonald,, Phone: 423-476-9711
 
E-Mail Address
nbarrow@fs.fed.us, emcdonald@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The Cherokee National Forest has a requirement for a roll-back truck bed to be fabricated and installed on a Forest Service-furnished vehicle. PROJECT TITLE: Furnish Roll-Back Truck Bed, Ocoee District. This solicitation is identified as AG-4756-S-09-0003 and is issued as a Request for Quotation using simplified acquisition procedures. Issue date is November 24, 2008. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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. SET-ASIDE: This solicitation is a Total Small Business Set-Aside. The applicable NAICS code is 336211; the applicable small business size standard is 1,000 employees. DESCRIPTION OF REQUIREMENT: Interested sources shall provide lump-sum pricing for the following: fabricate, furnish and install a roll-back truck bed on Freightliner M2112 cab and chassis furnished by the Government. The roll-back bed will be used for transporting a John Deere 450J crawler tractor or equal, with environmental cab and winch, in forestry applications. The bed shall have a 30,000-pound rating with a 26,000-pound payload capacity. The primary considerations are reliability and operator safety. Forest Service vehicle shall be delivered to Contractor’s place of business for installation of bed. Body unit shall be the product of a single manufacturer who is actively engaged in the production of roll-back transport truck beds and has the manufacturer’s latest improvements in design and construction. Materials specified are required minimums. Materials of equal or better quality may be used in body fabrication. Alternate but equal body designs will be acceptable. Alternate designs to be approved by Forest Service Contracting Officer in writing prior to fabrication. All dimensions are nominal dimensions. 1.Bed a.The bed shall be 26 ft. in length. Bed width shall be 102 inches. b.Bed width shall be 1/8” deck plate over treated pine floor with gouger bars on 12” centers on each side. c.Two (2) A-shaped track blocks, 12” high. d.4” x 8” x 12” angle side rails with stake pockets and 6 D-rings per side. e.Guide rails shall be 2” x 2”. f.Bed rear shall have a tapered approach with ½” approach plate lip. g.Installed bed height on chassis to be less than or equal to 54” (ground to top of bed floor). 2.Headache Rack: Headache rack shall be full length with chain rack, work lights, and turn signal indicators. 3.Winch: Winch shall be 20,000 lb hydraulic, with full width guards. 4.Long Members: Long members shall be 6” I-beams. 5.Cross Members: Cross members shall be 3” I-beams on 12” centers. 6.Stabilizers: Bed shall have two (2) 4” rear hydraulic stabilizer cylinders. 7.Hydraulics a.Truck hydraulic wet kit with air shift P.T.O. b.Rear hydraulic controls with wireless remote hydraulic controls. 8.Hose Track: Hydraulic and electrical lines to be installed in hose track. 9.Tool Boxes: One utility toolbox 18” x 18” x 60” shall be mounted on the bed. Toolbox shall be lockable, waterproof, and equipped with weather seals. 10.Lighting and Reflectors: Lighting and reflectors shall be installed per ICC regulations. Adhesive mounting of lights and reflectors is unacceptable. 11.Paint a.Prime coat completely as per primer manufacturer’s recommended procedure. b.Finish coat completely with two (2) coats acrylic enamel as per paint manufacturer’s recommended procedure, with body manufacturer’s standard gloss black. 12.Mud Flaps: Mud flaps, solid black in color and without advertisement, shall be installed behind rear wheels with anti-sail bracing. 13.Identification: The body shall bear the manufacturer’s name, trademark, model designation, and serial number stamped on a corrosion resistant metal plate securely affixed to the left front corner of the body. 14.Warranty: The successful bidder shall warrant the installed roll-back bed assembled against parts failure or malfunction due to design, construction, or installation errors, defective workmanship, and missing or incorrect parts as covered by the manufacturer’s/installs standard warranty as offered to the general public for the current year of manufacture. The warranty period shall be twelve (12) months from the date the unit is placed in service. However, if the Contractor receives from any supplier additional warranty on any component, in the form of time and/or mileage, including any pro rata arrangements, or the Contractor generally extends to his commercial customers a greater or extended warranty, the Government shall receive corresponding warranty benefits. Completed copies of all warranties shall be provided to the Government. The warranty begins when the Government accepts the completed unit from the Contractor FOB point or destination. 15.Marking: There shall be no lettering of any type in the form of advertisement on any part of the finished unit. GOVERNMENT-FURNISHED PROPERTY: Forest Service vehicle FSID: 391-6577, 2009 Freightliner M2112, Cab and Chassis, 6x4, 54,600 GVWR, cab to axle length 167 to 171 inches, Eaton Fuller transmission, 13-speed; VIN 1FVHC5CV49HAJ4455 DELIVERY: Government shall pick up truck upon completion of roll-back bed fabrication and installation at Vendor’s place of business. Desired delivery date is 45 days from date of delivery of Forest Service vehicle to Vendor’s place of business. SUBMIT PROPOSALS: On company letterhead or form, no later than close of business on December 9, 2008, by regular or express mail, to: Cherokee National Forest, Attn: Nina Barrow, 2800 North Ocoee Street, Cleveland, TN 37312. Include descriptive literature and warranty provisions (if applicable) and proposed time required for fabrication and installation with your proposal. EVALUATION ENFORMATION: Quotes will be evaluated using the following factors: (1) technical capability of product to meet Government requirement, (2) price (Government’s evaluation scheme will include total cost to the Government for delivery to and pickup from Contractor’s fabrication/installation facility), and (3) past performance of contractor. Technical and past performance, when combined, are equal to price. Contractor shall provide information on these evaluation factors. Government shall inspect and approve the fabricated bed before it is installed. A fixed price contract will be awarded from this solicitation. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration database (www.ccr.gov/) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit taxpayer identification number and DUNS number with their quotation. PROVISIONS AND CLAUSES: The following apply: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items (must be submitted with quote); 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; and 52.245-1, Government Property. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. All FAR provisions and clauses may be viewed on the web at www.arnet.gov/far/loadmain52.html. Contact Nina Barrow at 423-476-9706 or nbarrow@fs.fed.us if you have questions regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f12e36902a89cc5c8fa9a68d6806e58a&tab=core&_cview=1)
 
Place of Performance
Address: Vendor's place of business., United States
 
Record
SN01709543-W 20081126/081124214909-f12e36902a89cc5c8fa9a68d6806e58a (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.