Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1998 PSA#2178

Commander, United States Army Yuma Proving Ground (USAYPG), Directorate of Contracting, Attn: STEYP-CR-C, Bldg 2100, Yuma, AZ, 85365-9106

23 -- SERVICE TRUCK BODY SOL DAAD01-98-Q-0034 DUE 092498 POC Kimie A. Sanchez, (520)328-6123 E-MAIL: asanchez@yuma-emh1.army.mil, asanchez@yuma-emh1.army.mil. 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 to be issued. Proposals are being requested and there will be no other written solicitation issued. Responses should reference Request for Quotation No. DAAD01-98-Q-0034. This synopsis/solicitation document incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. This is a small-business set-aside acquisition. The SIC code for this procurement is 3713 with a corresponding size standard of 500 employees. firms responding should indicate whether or not they are a small business, small women-owned business, small disadvantaged business or 8(a) business, in accordance with the referenced SIC code. The Department of Army intends to procure, under a fixed price contract, a quantity of one (1) highly specialized service truck body for use in extreme environments. The unit must be designed to facilitate service work in off-road work areas, cold environments, and night conditions. The service body must fit a 1 to 1 1/2 ton, four-wheel drive truck, i.e., ford F-450 or F-550, with an 84 inch cab axle chassis. The service body must be equipped with a crane, air compressor, diesel fuel tank, pumping nozzle, class 4 tow hitch, vise attachment, oxygen/acetylene torch compartment and area for a Lincoln ranger 9 AC/DC welder. the service body must fit an 84 inch cab to axle chassis, must be of welded steel construction not to exceed 12 ft 6 inches from front of bed to vack of rear bumper. A 2-inch tube class 4 trailer receiver built into the bumper and a vise attachment for a minimum of a 5-inch vise is required. The bed must be a minimum of 48 inches wide with a fold down tailgate. Compartments must have keyed alike easy access door handles with heavy-duty hinges, hardware and spring open doors. One compartment will contain at a minimum an air compressor hydraulically driven. One compartment will accommodate the oxygen acetylene cutting welding outfit, (bottles #92 and #75, 1/4 inch x50 ft. spring-loaded dual hose reel, regulators, torches, gloves and other welding accessories). One compartment will be prepared for access to a Lincoln Ranger 9 welder that will mount across the front of the bed. One compartment must accommodate a mechanics tool box and be able to slide out for tool box access, measuring at a minimum of 27x17x20, and handle at least 200 pounds. Other compartments will have roller slider drawers for nuts, bolts, parts and other tools. All specialized compartments will be lit with 12-volt remote lighting. The body will also have a 1/2 foot x 50 foot spring return air hose reel attached and pumped through an appropriate sized air regulator, filter and lubricator to a minimum 20 gallon air receiver tank. The right rear area will accommodate an 11,000 foot pound, 360 degree hydraulic swing cable crane. The bed must have a minimum 2 rear manually operated out-riggers and one right front out-rigger to support the truck during crane use. This bed will also have a minimum 100 gallon diesel fuel storage tank installed with vent, fill and 12-volt pumping nozzle for filling equipment on site. The bed must also be undercoated and painted to match the truck it is to be mounted on. The vendor will supply and install the PTO, Hydraulics, (pump, lines, hoses, valves, controls etc.) for the air compressor, crane and other powered equipment. The crane will be at least 11,000 foot pound capacity with an extended reach of a minimum of 15 feet. It will rotate at least 360 degrees hydraulically and have a 25 foot remote control. The crane will be a closed center load sensing hydraulic design with a hydraulic extend and hydraulic overload protector. A live swivel hook and two 12-volt work lights, one on either side of the crane shall be installed. The air compressor will be a minimum of 30 CFM-125 psi, hydraulically driven, with 1/2 inch air lines, air filter, regulator and lubricator, housed in an adequate compartment on the truck. a minimum of a 20 gallon air receiver tank, with pressure safety gauge and drains that are reasonably accessible. A 1/2 inch x 50 foot spring return hose reel is required. Hose will be plumbed in and mounted in an accessible area of the body. Fuel tank will be a minimum of 100 gallons capacity, welded steel construction with a 2-inch fill opening installed. The pump will be 12-volt electric with a minimum of 12 feet of arctic rated fuel hose and a quick release hand operated nozzle. Bumper will be step type with extruded diamond plat for skid resistance. A class 4, 2-inch square tube receiver and safety chain hooks must be built in. A 6-prong trailer-wiring package shall be wired in. A vise attachment shall be built in to accommodate a minimum of a 5-inch vise. A 12-volt and a 24-volt jump-start system are required. This vehicle will be a shop on wheels service truck used to fuel service and maintain heavy equipment in remote and harsh locations. The truck body must be rigidly constructed to perform in the severest of climates and terrains. Only those vendors who can provide the service body with crane as specified herein will be considered; no substitute will be considered. Offerors may propose more than one product that will meet the Government's need. FOB point is US Army Cold Regions Test Center, 501 2nd Street 7000, Fort Greely, AK 98733-7000. Delivery is required within 120 days of Government providing chassis. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items, and FAR 52.212-2, Evaluation -- Commercial Items, apply to this acquisition. Proposals will be evaluated on the basis of lowest overall price and technical acceptability. Descriptive literature is required. Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with offer. Copies of this provision may be obtained by contacting the Contract Specialist cited above. The FAR clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items apply to this acquisition. Addendum to FAR caluse 52.212-4 includes DFAR clause 52.204-7004 "Required Central Contractor Registration and FAR clause 52.232-33 Mandatory Information for Electronic funds Transfer Payment, and FAR clause 52.247-34 FOB Destination. Under FAR 52.212-5, paragraph (b), the following clauses are incorporated by reference: 52.203-6, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36 and 52.222-37. Defense Federal Acquisition Regulation Supplement clause 252.212-7000 and 252-212-7001 apply to this acquisition. See Note 1. Posted 09/09/98 (W-SN247709). (0252)

Loren Data Corp. http://www.ld.com (SYN# 0191 19980911\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page