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