Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOLICITATION NOTICE

J -- Jeep conversion - Combined document

Notice Date
4/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
 
ZIP Code
95959-2250
 
Solicitation Number
129JGP18Q0059
 
Archive Date
5/15/2018
 
Point of Contact
Margaret Scott, Phone: 530 478-6123
 
E-Mail Address
mscott01@fs.fed.us
(mscott01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Jeep Conversion 129JGP18Q0059 JEEP CONVERSION April 16, 2018 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 dated Nov 6, 2017. This procurement is set aside for Small Business and the associated NAICS code is 811111, and the size standard is $7.5 million. Contract Specifications for Tahoe NF 2018 Jeep Rubicon Wrangler Unlimited Modifications Place of business where Jeep would be taken to and work completed on, needs to be located within a 60 mile radius of Nevada City, California. Work Specifications - Parts and labor to replace and install heavy duty (HD) front and rear axles with electronic locking differentials, HD front and rear drivelines, HD 5.5" Lift Kit, new shocks, HD steering assembly, DOT approved 17" Beadlock Wheels (5), 40" Tires (5), tire balancing, alignment and shipping. The following specified parts shall be new and specific for the 2018 Jeep Rubicon Wrangler Unlimited: • Front Axle - Currie Rock 70 axle with electronic locking differential, 8 lug, CE-KF7001D48 • Rear Axle - Currie Rock 70 axle with electronic locking differential, 8 lug, CE-KR7001A48 • Lift Kit - Rubicon Express 5.5" Extreme Duty 4-Link Long Arm Lift Kit, with shocks JK4444M • Front Driveline - HD driveline 1350 U-joint to fit modified suspension/axle • Rear Driveline - HD driveline 1350 U-joint to fit modified suspension/axle • Steering Assembly - Currie Enterprises Currectlink HD Steering System-JK • Hutchison Beadlock wheels 17" 8 lug - (5 ea) DOT approved • Tires - Goodyear MT/R Kevlar 40" - (5 ea) Front and rear electronic differentials are to be controlled by the Jeep's existing locker switch using the Jeep's existing on/off switching control patterns (i.e. front locker only engages if rear is already engaged). Replaced parts will be kept by the contractor and value to the contractor can be applied as a reduction to the overall contract bid price. An accurate list of parts to be offset will need to be provided with dollar value. Any parts not offset will need to be returned. Number ITEM Quantity Cost/unit Est. Cost 1 Front Axle- Currie Rock 70 axle with electronic locking differential, 8 lug, CE-KF7001D48 1 2 Rear Axle- Currie Rock 70 axle with electronic locking differential, 8 lug, CE-KR7001A48 1 3 Lift Kit- Rubicon Express 5.5" Extreme Duty 4-Link Long Arm Lift Kit with shocks JK4444M 1 4 Front Driveline- HD driveline 1350 U-joint to fit modified suspension/axle 1 5 Rear Driveline- HD driveline 1350 U-joint to fit modified suspension/axle 1 6 Steering Assembly- Currie Enterprises Currectlink HD Steering System-JK 1 7 Hutchison Beadlock wheels 17" 8 lug - DOT approved 5 8 Tires- Goodyear MT/R Kevlar 40" 5 9 Shipping on parts 1 10 Labor (Hours) Estimated 11 Discount on parts kept by contractor (estimated) Total Vehicle will be delivered to the selected contractor. Work should be completed with 30 days of delivery. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are equal. Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. If electronic version available in the System for Award Management, that will be sufficient. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. This is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Response should include pricing, estimated date that work can begin, estimated date work will be completed, and the location within 60 miles of Nevada City, CA, 95959. If substitutions for named parts is suggested, provide a complete list of those items. Please provide documentation that supports your technical ability to perform the work. Please provide documentation that supports your past performance on similar projects (references are suggested). Offers are due April 30, 2018, 2:00 p.m. Offers can be emailed to mscott01@fs.fed.us, faxed to 530-478-6126 or delivered to Acquisition Management, 631 Coyote St, Nevada City, CA 95959. Technical contact: Joe Chavez, Tahoe NF OHV Grants Manager. 530-478-6158, joetchavez @fs.fed.us Contracting contact: Peggy Scott, Contracting Officer, 530-478-6123, mscott01@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/129JGP18Q0059/listing.html)
 
Place of Performance
Address: 631 Coyote St., Nevada City, California, 95959, United States
Zip Code: 95959
 
Record
SN04890022-W 20180418/180416230603-05eba7f214c1cf0f5e0f63948ce73b1b (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.