SOLICITATION NOTICE
24 -- Transport Truck - RFQ W912LQ-15-T-0086
- Notice Date
- 9/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-15-T-0086
- Point of Contact
- Steven M. Slater, Phone: 4342986219
- E-Mail Address
-
steven.m.slater4.mil@mail.mil
(steven.m.slater4.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Transport Truck W912LQ-15-T-0086 INFORMATION I. Information The Virginia Army National Guard intends to purchase Transport Truck Cab and Chassis for use at FT. Pickett Blackstone, VA 23824. In responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the item you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it and describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number in quote). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. Unit prices shall include all associated delivery costs for FOB Destination to zip code 23824. The government shall make a single award; all quotes submitted must include quotes on all items. Award will be made on the basis of lowest price, technically acceptable (LPTA). In order to be determined technically acceptable, quoted products must meet the minimum technical requirements identified. In order to determine if the requirements can be met, product descriptions that address the requirements must be provided with the quote. If the product information is available online, a web address may be provided in lieu of the product description sheet. A government representative(s) will evaluate the information provided to determine if, in his/her opinion, the minimum requirements and intended use of the product. The government is not required to research information outside what is provided (product) specifications/web address) in order to make the determination. In addition to a price quote and product specifications, the following shall be provided completed FAR and DFARS provisions 52.212-3 and 252.209-7992, taxpayer identification number (TIN), Dun and Bradstreet number (DUNS), and Commercial and Government Entity (CAGE) code. Companies doing business with the Federal Government are required to use the System for Award Management (SAM). In order to be eligible to receive an award for this requirement, vendors must have an active SAM registration. The website to register, update, or reactivate an account at SAM is https://www.sam.gov. All questions and requests for information regarding this Request for Quote (RFQ) must be received NO LATER THAN close of business two working days prior to the quote due date in order to minimize the need to extend the closing date. TRANSPORT TRUCK FORESTRY Specifications 54,000 GVW Truck Cab / Chassis The Vehicle bid shall include all factory standard equipment for the model Offered except where any of the requirements below exceed the factory Standard equipment. Truck GVW rating substantiated by published literature shall be not less than 54,000 regardless of the various components as listed herein. The cab and chassis requested will be outfitted for emergency response to wildfire and other emergencies and will be equipped with emergency lights and siren by MTC Fort Pickett once delivered. The purpose of this vehicle once outfitted, is to transport a specially equipped John Deere 550K or similar sized fire dozer. Quantity Required: 1 Wheelbase: Not less than 236" and have an effective cab to axle dimension of 168". Frame: Minimum of 246" cab to end of frame and no less than 90" AF. Shall have "L" shaped reinforcing or fishplate to end of frame; 15.9 SM with 100,000 psi steel frame. To be equipped with front tow hooks. Cab: To have tilt hood (tilt cab will not be permitted), dual West Coast mirrors (approximate size 6" x 15"), and grab handles. Frame Rails: Left and right frame rails must be free of tanks, etc., from behind cab to the front of rear spring hanger, except batteries. Engine: To be diesel, in-line 6 cylinder, turbocharged, not less than 330 SAE gross horsepower at rated RPM and SAE gross torque of not less than 860 lbs. ft. at rated RPM, minimum 400 cubic inch displacement. Engine supplied shall be equipped with oil filter, factory installed heated fuel filter/separator (Racor 900-FG, or equivalent) and dry air cleaner. Engine shall be equipped with governor set to manufacturer's RPM. Exhaust shall be horizontal. Fan to be automatic type. Low oil pressure and high water temperature buzzers shall be supplied in addition to standard gauges and warning lights. Engine shall be equipped with electric block heater. Engine coolant shall be of the long-life type. Transmission: Shall be six speed automatic, heavy-duty and have opening on both sides for power take-off units. Shall be Allison 3500EVS (no substitutions) to torque capacity of engine. Electrical System: To be 12 volt with at least 120 amp alternator and two or three heavy duty batteries with a total of at least 1,200 CCA @ 0° F. System is to be protected by circuit breakers. Batteries may be mounted as step type or on frame in battery box and shall include an externally mounted jump starting stud and keyless master disconnect switch located in the cab. Fuel Tank: To be equipped with at least 50-gallon step tank right side is preferred. Brake System: To be air and have front lining area of at least 15" x 5" and rear lining area of at least 16-1/2"x 7". To have factory installed heated air dryer. Compressor shall have a minimum of 12 CFM. Dust shields to be furnished on brakes. Brake lining shall be non-asbestos type. Automatic slack adjusters shall be furnished on all wheels. Exhaust Brake: Shall be equipped with factory installed exhaust brake interconnected with transmission controls to modify downshift schedule when exhaust brake is activated. Front Axle: Capacity at ground to be not less than 14,000 lbs; to be "I" beam construction with heavy duty springs with capacity to be adequate for GVW of vehicle. To be furnished with power steering, front shock absorbers, and oil lubricated hubs with clear caps. Rear Axle: To be equipped with a tandem drive, single-speed rear axle, with a minimum road speed of 70 MPH at governed RPM. Shall be equipped with a means to lock out power divider. Capacity shall be not less than 40,000 lbs. Rear springs shall be heavy duty with capacity to be adequate for GVW of vehicle. Frame height shall not exceed 38" at the rear trunion. Suspension shall be Hendrickson walking beam type. Tires: Front tires shall be equipped with 275/70R22.5 load range H and rear tires shall be equipped with 255/70R22.5 load range H tubeless steel-belted radial tires on front and rear (no substitutes) to control overall height of loaded truck. Wheels: To be hub-piloted steel disc wheels with 22.5 x 8.25 rims. Spare Tire and Wheel: Spare tire and wheel shall be furnished (no carrier needed). Color: Manufacturer's standard White. Signal lights: To conform to D.O.T. regulations, cab clearance lamps. Defroster: (Fresh air type) Heavy-duty Defroster and Heater Windshield Wipers: Dual electric intermittent windshield wipers Horns: Dual air horns Backup Alarm: 97db Radio: AM/FM Radio Odometer: Must record tenths Driver and passenger seats: High-back air suspension driver and passenger seats and lap/shoulder belts shall be furnished. ALSO TO INCLUDE THE FOLLOWING: Sun Visors Arm Rests Tinted Windshield Factory Installed Air Conditioning Factory Installed Cruise Control NFPA Compliance Kit: Shall include seat occupancy sensors, seat belt switches, etc. Parked regeneration option for DPF (Diesel Particulate Filter) and be equipped without the Idle Shutdown Timer feature Must include cost for undecking each unit at the body fabricator/installer Current Model: To be standard proven model of manufacturer's latest current production and include all standard equipment as advertised with additional optional equipment as above. All components, unless otherwise required by these specifications, shall be the standard or optional equipment specifically advertised and installed by the manufacturer. Safety: Vehicle to be furnished shall conform to all applicable Federal and Motor Vehicle Safety Standards and all equipment shall conform to Title 46.2, Chapter 10, of the Code of Virginia. State Inspection: Vehicle furnished shall include a valid Virginia State Inspection Sticker. Advertisement: No dealer identifications such as stickers, decals, metal emblems or plates displaying dealer or distributor name or logo shall be affixed to equipment. Manufacturer's plate with model and serial number is to be on the equipment. New Vehicle Preparation: New vehicle preparation must be performed by dealer prior to delivery. Include in bid the cost of usual pre-delivery inspections. Warranty: Manufacturer's standard warranty shall apply. The warranty period must commence when vehicles are actually placed into service as evidenced by purchaser's records, rather than commencing upon delivery. Specify Standard Warranty______________________________________ Engine Warranty: At a minimum, the engine shall be warranted against defects in materials and workmanship for a period of not less than 60 months/100,000 miles, or whichever occurs first. This warranty shall include connectors and adapters for the transmission. This warranty shall also commence when vehicles are actually placed into service as evidenced by purchaser's records, rather than commencing upon delivery. Manuals: Service and repair manual shall be furnished in electronic media such as a CD. Taxes: No Federal Tax is to be included in bid, including Tires. Tax Exemption Registration number will be furnished. License: Thirty day license tags shall be furnished with the vehicle. Title Papers: All papers for titling purposes shall be delivered with the vehicle. Delivery Point: FT. Pickett Bldg 316 Blackstone, VA 23824 TRANSPORT TRUCK FORESTRY 54,000 GVW Truck Cab and Chassis DATA SHEET ____________ Bidder shall furnish the following data as part of this bid: IFB #:________________________________Dated:__________________ Name and Address of Bidder: ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ Make: _______________________ Model: _____________ GCW________________________GVW__________________ Wheelbase: _________ CA: _____________ CE: ____________ Unit Weight: ______________________ Frame Size: ________________________ Sec. Mod.:______________ RBM: ______________________ Reinforcement Locations and Type: ________________________________________________________ Engine Make: ______________ Model: ___________ Cylinders. _________ Displacement: ___________ Net HP at RPM: _____________ Net Torque at RPM: ___________________ Radiator Capacity (qts.): __________________ Front Axle Make: __________________ Model: _______________ Load Rating: ____________________ Rear Axle Make: ___________________ Model: _______________ Load Rating: ____________________ Differential Ratio: ______________________ Road Speed @ Rated RPM: ________________________ Gradability: _____________________________ Size Front Brake Shoe: _______________________ Size Rear Brake Shoe: _______________________ Battery Make: __________________ Volts: __________ CCA @ 0 degrees: ____________________ Are Shock Absorbers Furnished? _________ Front Springs Capacity @ Ground: __________________ Rear Spring Capacity @ Ground: ______________________ Aux. Lbs: _____________________ (each) Transmission Make: ________________________________ Transmission Model: _____________________________ Tire Make: ______________________________ Size: _________________ Ply Rating: _____________ Wheel Make: ______________________ Type: _____________________ Rim Size: _______________ Remarks:_________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 CLAUSES INCORPORATED BY FULL TEXT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-15-T-0086/listing.html)
- Place of Performance
- Address: FT. Pickett 9th St Warehouse Bldg 316, Blackstone, Virginia, 23824, United States
- Zip Code: 23824
- Zip Code: 23824
- Record
- SN03883083-W 20150913/150912000412-7a56d687aff3f6cd5d307b01f6d68154 (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 |