Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

23 -- Yard Truck, Jockey Tractor

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Contracting Office/Schuylkill, P.O. Box 727, Minersville, Pennsylvania, 17954
 
ZIP Code
17954
 
Solicitation Number
FN1329-11
 
Archive Date
4/20/2011
 
Point of Contact
James W. Mitchell, Phone: 5705447335
 
E-Mail Address
jwmitchell@central.unicor.gov
(jwmitchell@central.unicor.gov)
 
Small Business Set-Aside
N/A
 
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; offers are being requested and a written solicitation will not be issued. The solicitation number is FN1329-11, and this solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Prison Acquisition Circular 2005-49. The Standard classification code SIC Code is 3711. UNICOR, Federal Prison Industries, Inc. Intends purchase 1 (one) Off Highway TRAILER JOCKEY Terminal Tractor for FCI Allenwood, PA. Solicitation number is FN1329-11 and this solicitation is issued as a Request for Proposal. 1. General Requirement: The purchase, delivery, and startup for one (1) 4X2 Off Highway TRAILER JOCKEY Terminal Tractor, brand name or equal, All installed equipment will be the correct model and/or size for the type of truck specified. 2. Truck Specifications: •(1) 2011 Off Highway TRAILER JOCKEY Terminal Tractor equipped as follows: ENGINE: Cummins QSBT3 @ 183 HP, w/CAC, block heater or equivalent TRANSMISSION: Allison RDS-3500 Electronic Transmission (Gears 1-3) or equivalent FRONT AXLE: Eaton E1322 I, 13,200 lb. Capacity (or equivalent) STEERING: Full Hydrostatic Power w/ Double Acting Cylinder or equivalent REAR AXLE: Eaton 23-190, 7.83:1 Ratio, 30,000 lb Terminal Rating or equivalent SUSPENSION: DuraRide or equivalent WHEELBASE: 116", 82" Between Cab and Center 5th Wheel (In Up Position) and Cab or equivalent FIFTH WHEEL: Holland Hitch, FW35 - 70,000 lb. Capacity or equivalent LIFT CYLINDERS: 5" Diameter, 70,000 lb. Lift Capacity, 16" Lift Height or equivalent TIRES & WHEELS: General S371 11R 22.5 Front & D460 Rear Stud Piloted - Wheels or equivalent EXHAUST: Vertical PAINT: Cab-White; Frame-Black; Bumper-Black; Wheels-White All Steps, Handrails & Grating - Safety Yellow ENGINE HOUR METER required EXTRA WIDE MIRRORS required WIPERS-WINDSHIELD-INTERMITTENT required DAYTIME RUNNING LIGHTS required AIR CONDITIONING required POWER STEERING required RESTRAINT SYSTEM, ALL SEATED POSITIONS required SUSPENSION/SHOCKS required SPARE TIRE ASSEMBLY Full Size BACK-UP ALARM required Warranty Lever Shift Metal Park and Emergency Valves Bolt on Right Side Mirror Post Heated Mirrors Tectyl Undercoating or equivalent 3. Fith Wheel Hitch: 5" Diameter, 70,000 lb. Lift Capacity, 16" Lift Height or equivalent 4. Manuals: Operator manuals, maintenance service/parts manuals shall be provided for the truck and installed features. These manuals must be written in the English language. 5. Preservation, Packaging and Delivery: If delivered by carrier, the contractor shall utilize standard commercial methods for preservation and packaging appropriate for the truck and acceptable to commercial carriers. As a minimum, all areas of the truck susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. If driven to LEAD, truck shall arrive in clean condition, free of mud and salt, and must be scheduled for delivery during dry road conditions. 6. Start-Up: Vehicle start-up will be conducted by the vendor or an authorized service representative. All start-up actions and adjustments of the truck and installed equipment are the responsibility of the vendor or authorized service representative and will be completed prior to final acceptance. 7. Final Acceptance: Final acceptance shall be determined by the successful completion of all provisions of this contract as determined by an inspection and operational test of the unit upon receipt by the depot. CONTRACT ADMINISTRATION DATA - JAR 2852.201-70 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) Supplement: LCL APPR Brian Smith The COTR is responsible, as applicable, for: receiving all deliverable's, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to The contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes in writing and signed. ADMINISTERED BY: This contract will be administered by: UNICOR, Federal Correctional Institution, P.O. BOX 727. Minersville, PA 17954-0727. Written communications shall make reference to the contract number and shall be mailed to the above address. Offers shall indicate below the complete mailing address (including the nine digit ZIP code) to which remittance should be mailed if such address is other that that shown in block 15A, Page 1 (Standard form 1449), they shall enter it below: Payee Name (Contractor):________________________ Check Remittance Address: Any Questions or problems regarding payment should be directed to the Business Manager at the following locations: UNICOR FPI Central Acct Payable P.O. Box 4000 Butner, NC 27509-4000 The following FAR clauses and provisions apply to this acquisition: 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.212-1 Instructions to Offers - Commercial; 52.212-2 Evaluation - Commercial Items, significant evaluation factors are past performance, ability to meet specification and price. Past performance and ability to meet specification are more important than price. 52.212-3 Offers Representations and Certifications - Commercial Items (MAR 05) IAW FAR 4.1201(a), Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102) (b) Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. SECTION K - REPRESENTATIONS AND CERTIFICATIONS Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience via the Internet at. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Although architect-engineer firms can voluntarily submit the Standard Form (SF) 330 Part II through ORCA, they still must submit this form to each agency for which it wants to be considered for projects that are not publicly announced. To prepare for this requirement and to register in ORCA, you will need to have tow items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your companies ID and password into ORCA. (Visit for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at under Help. email integrated,acquisition@gsa.gov, http:egov.gsa.gov 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) Deviation - This contract is not subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Disputes arising under or relating to this contract shall be resolved in accordance with clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view the full text clause FAR 52.233-1 Disputes (JUL 2002) (DEVIATION), go to select Business Opportunities, the select Deviation." 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, (APR 2005) which includes: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.232-33, Payments of Electronic Funds Transfer - Central Contractor Registration; 52.233-4 Applicable Law for Breach of contract claim 52.216-18 52.211-16, Variation in Quantity =/-% 0 52.216-21, Requirements (OCT 1995) 52.222-19 Child Labor Cooperation With Authorities and Remedies; 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; 52.222-50 Combating Trafficking in Persons; 52.223-18 Government Ban on Texting; 52.225-1 Buy American Act - Supplies; 52.232-18, Availability of Funds; 52.233-3, Protest After Award 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 52.246-1 Contractor Inspection Requirements. APR 1984 52.246-16 Responsibility for Supplies. APR 1984 52.247-34, F.O.B. Destination, delivery shall be FOB DESTINATION TO UNICOR Federal Prison Industries Route 15, 2 Miles N. of Allenwood Allenwood PA 17810 The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. Offerors are required to submit the following information to be considered for award. PROPOSAL SUBMISSION REQUIREMENTS: Each proposal package shall consist of the following completed and signed documents: SF1449, all amendments issued, three (3) Business Management Questionnaires with recent and relevant contracts for the same or similar items iaw FAR 52.212-1 A Completed ACH form must be submitted with each solicitation package prior to contract award. Implementation of the Central Contractor Registration (CCR) was mandated effective October 1, 2003. All contractors MUST register in the CCR prior to award and maintain registration on CCR through final payment. For additional information and to register, go to Offerors shall submit signed and dated offers to UNICOR, Federal Correctional Institution, P.O. BOX 727. Minersville, PA 17954-0727: James Mitchell (jwmitchell@central.unicor.gov). This information shall be displayed on the outside of the envelope with the solicitation number and offer closing date. Offerors may fax proposals to 352-330-8149 before the offer closing date and time. Offers received after the exact time and date specified will not be considered. Offers who submit fax proposals must provide an original within (2) two days of the closing date. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the government. The following factors shall be used to evaluate proposals: Past Performance, ability to meet specification and price. A written notice of award or acceptance of an offer will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract. The solicitation will be available on Fedbizops at on or about March 24nd, 2011. No copies of the solicitation will be mailed. All responsible offerors may submit a proposal which will be considered. Offer must be recieved by 2:30 PM EST on April 5, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FPI-UNICOR/SCH/FN1329-11/listing.html)
 
Place of Performance
Address: UNICOR Federal Prison Industries Route 15, 2 Miles N. of Allenwood, Allenwood PA 17810, Allenwood, Pennsylvania, 17810, United States
Zip Code: 17810
 
Record
SN02407749-W 20110325/110323234703-1cf3606efc72e2d2f010be20d407f91d (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.