Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2008 FBO #2565
SOLICITATION NOTICE

23 -- Truck Lease, for Trails Unlimited Enterprise Unit

Notice Date
12/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Lincoln NF, 1101 New York Avenue, Alamogordo, New Mexico, 88310
 
ZIP Code
88310
 
Solicitation Number
AG-7512-S-09-0010
 
Archive Date
9/1/2009
 
Point of Contact
MICHAEL C AGUIRRE,, Phone: 575-434-7340, Maria E Borodko,, Phone: 505-434-7341
 
E-Mail Address
MAGUIRRE@FS.FED.US, mborodko@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
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. (ii) This solicitation, AG-7512-S-09-0010, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. (iv) This procurement is a small business set aside. The NAICS code is 336120. (v) Contractor shall utilize the below line item structure when preparing quotes: Line Item 0001 Description: 3/4 ton P/U, SRW, short bed, crew cab, 4x4, Diesel One – 2008/09 ¾ ton SRW crewcab w/shortbed (6 ¾’ box) 150” min. wheel base Axle weight rating front: min. 6,000 lbs rear: min. 9,000 lbs Axle clearance min. 8 inch. GVWR min. 10,000 lbs. Limited slip rear differential w/ 3.88 ratio Gross combined weight rating GCWR: min 23,000lbs Brakes: 4wheel disc brakes ABS rear 13in. dia min. front 13in. dia. min. 275/70RX18 HD Mud & Snow all-terrain Minimum 50 gal fuel tank Limited slip differential 3.88 ratio Factory Tailgate latter Line Item 0002 Description: 1 1/2 ton P/U, DRW, extended cab and chassis, 4x4, Diesel One – 2008/9 1 ½ ton DRW extended cab and chassis Wheel base: 162” or less Axle weight rating front: min. 7,000 lbs rear: min. 12,000 lbs Axle clearance min. 8 inch. GVWR min. 15,000 lbs. Heavy service suspension package Gross combined weight rating GCWR: min 25,000lbs Brakes: 4wheel disc brakes ABS rear 15in. dia min. front 14in. dia. min. 225X19.5” HD maximum traction Mud & Snow tires Dual fuel tanks w/ min. 50 gal total Limited slip differential max. 4.30 ratio Truck Bed Specifications- flatbed 10’ X 95” Headboard – tapered with screen opening End plate tapered to trailer receiver use ½” plate for trailer hitch Floor – Diamond plate w/lineX sprayed on liner Stake Pockets – to fit existing stake sides (loading ramps) drill Drainage holes Sides require ¼” X ½” lip welded to both sides to accommodate existing loading ramps ¼” x 2” flatbar down length of body welded under rail End plate – tapered to trailer receiver Lighting – all lights recessed, sealed & LED Work lights – rear facing located atop headboard w/ guards Trailer receiver 2 ½" X 2 ½” 26,000 GVTW capacity w/double D rings hitch 24” from ground Trailer light plug – 7 pin round Underbed 2 tool boxes 12”x12”x 24” black steel mounted high on frame Line Item 0003 Description: 1 ton P/U, DRW, crew cab and chassis, 4x4, Diesel One- – 2008/9 1 ton DRW crew cab and chassis wheel base: 162” or less Axle weight rating front: min. 6,000 lbs rear: min. 9,000 lbs Axle clearance min. 8 inch. GVWR min. 13,000 lbs. Gross combined weight rating GCWR: min 23,000lbs Brakes: 4 wheel disc brakes ABS rear 13in. dia min. front 13in. dia. min. 275R70X18” HD Maximum traction Mud & Snow tires Dual fuel tanks w/ min. 50 gal Limited slip differential max. 4.10 ratio Truck Bed Specifications- flatbed 10’ X 92” Headboard – tapered with screen opening End plate tapered to trailer receiver use ½” plate for trailer hitch Floor – Diamond plate w/lineX sprayed on liner Stake Pockets – to fit existing stake sides (loading ramps) drill Drainage holes Sides require ¼” X ½” lip welded to both sides to accommodate existing loading ramps ¼” x 2” flatbar down length of body welded under rail End plate – tapered to trailer receiver Lighting – all lights recessed, sealed & LED Work lights – rear facing located atop headboard w/ guards (vi) The following commercial item is requested in this solicitation and applies to all three vehicles: Similar requirements for all three vehicles: Vehicles to be delivered to Bakersfield Ca. Unlimited mileage All vehicles from the same manufacture Color: White 4 Wheel Drive (Electronic shift on the fly) Sound proofing 2 ½ “ trailer receiver – class 5 or greater 7 pin (round) trailer light/ brake plug 40/20/40 split bench seating w/ cloth material & Lumbar support for both driver & passenger seats Air Conditioning Turbo diesel w/ intercooler Factory Exhaust Brake or after market Built-in Electric trailer brake module w/ 4 auxiliary switches for auxiliary fuel pump, 2-lights & auxiliary power Automatic transmission – six speed w/ overdrive Skid Plates (Transmission, transfer case fuel tanks) Towing package Snow plow package or heavy service suspension Heavy Duty 18” Mud & Snow tires Dual fuel tanks w/ min. 50 gal total Limited slip differential Full size power in/ out truck side mirrors w/ remote control (Powered towing telescoping mirrors, heated & power fold away) Radio AM-FM w/ Cassette & CD player Dual - Heavy Duty Batteries Alternator: min. 320 amp. Cruse control Spare tire & wheel Power Door Locks Factory installed fog lights Tilt Steering Wheel Cab step tubular running board (vii) Advanced payments are not authorized. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors/Commercial Items. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. Quote will be evaluated based on price. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. a) FAR 52.219-6, Notice of Total Small Business Set-Aside b) FAR 52.222-3, Convict Labor c) FAR 52.222-19, Child Labor d) FAR 52.222-21, Prohibition of Segregated Facilities e) FAR 52.222-26, Equal Opportunity f) FAR 52.222-36, Affirmative Action for Workers with Disabilities g) FAR 52.222-41, Service Contract Act of 1964 h) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires i) FAR 52.222-50, Combating Trafficking in Persons j) FAR52.225-13, Restrictions on Certain Foreign Purchases k) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. (xiii) The clauses FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.232-18, Availability of Funds; FAR 52.216-24, Limitation of Government Liability. (xiv) Quote Submission: include price information. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Contractor must be registered in CCR, ORCA. The quote should provide for a cost of each line as described in paragraph (v). Your quotes need to include a price seperated as follows: one base year and two options for a total of three years to start on January 01, 2009. (xvi) All quotes must be sent to Mike Aguirre at 3463 Las Palomas Road, Alamogordo New Mexico 88310 by December 18, 2008, Vehicles need to be available by January 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eedc4e8febf7b8bb1ea283eb1d966ab7&tab=core&_cview=1)
 
Place of Performance
Address: Bakersfield California, Bakersfield, California, United States
 
Record
SN01712045-W 20081204/081202214909-eedc4e8febf7b8bb1ea283eb1d966ab7 (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.