|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580USPFO for Iowa, Iowa National Guard, Camp Dodge 7700 NW Beaver Dr,
Johnston IA 50131-1902 23 -- 10 TON DUMP TRUCKS SOL DAHA13-00-Q-0003 DUE 042800 POC Dave
Brumley (515)252-4114 E-MAIL: click here to contact the Purchasing
Agent via e-mail, David.Brumley@ia.ngb.army.mil. This is a combined
synopsis/solicitation for the purchase of a commercial item prepared in
accordance with the format in FAR Subpart 12.6, the test program in FAR
Subpart 13.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation,
quotations are being requested and written solicitation will not be
issued. This solicitation is issued under Request For Quotations (RFQ)
number DAHA13-00-Q-0003. All quotes shall reference the RFQ number and
shall be submitted by 4:30 P.M. local time on 28 April 2000. The
anticipated award date is 1 May 2000, with a performance period of 60
days. The solicitation document and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular FAC 97-14.
This solicitation is issued under small business small purchase
set-aside procedures, Standard Industrial Code (SIC) 5082, size
standard $100. The Iowa National Guard wishes to procure three (3) each
Dump Trucks that the desired items listed herein are components,
assemblies, and accessories are standard, optional, or modified
commercial products, and shall be construed as "commercial automotive
products". A summary of the vehicle desired requirements include: Dump
truck 10 ton; Gross Vehicle Weight: 51,000 pounds; 3 + axles (front
wheel drive and tandem rear axles); Commodity Hauled:
Rock/Dirt/Debris/Concrete; Road Conditions: Highway 90% &
Off-Highway 10%; Wheel base (in): 234; Front axle to BOC (in): 74; Cab
to axle (in): 160; Cab to EOF (in): 220. A summary of the vehicle
desired engine requirements include: 350 HP at 1800 RPM and 1350 ft/lb
torque at 1701 RPM; Cruise control with auto resume; Engine protection
shut-down; Max vehicle speed in top gear: 65 MPH; Max cruise control
speed: 65 MPH; Max PTO speed: 1400 RPM; Idle shutdown time: 0; Idle
shutdown override; Bug screen mounted between hood and grille; Radiator
sight glass 950, 1200 and 1520; Lower radiator drain valve; Single cab
side mounted exhaust; Muffler shield: Full length; Immersion engine
block heater: 110-120 V/1500 W; Jump start terminals mounted under
hood; Jake break; Air compressor: 18.7 CFM; Engine mounted cowl inlet;
Air cleaner with pre-cleaner; 10 psi Pressure relief cap; Constant
torque radiator hose clamps; Rock screen mounted to radiator behind
bumper air vent; Radiator: 1200 Sq In Air to Air; Oil cooler; Full fan
shroud; Permanent type antifreeze to 30 F; Alternator: 135 amp;
Battery: 3 required with 1950 cca; Circuit protection; 12 volt light
system; Circuits numbered and color coded. A summary of the vehicle
desired transmission & clutch requirements include: 10 speed
transmission with low reduction gears; Extended grease fitting for
clutch bearing and cross; Back up alarm; Clutch: 15 inch 7 spring
ceramic; Clutch cover: manual adjustment; Clutch brake: Torque
limiting. A summary of the vehicle desired front axle requirements
include: Front drive axle: Marmon mt 22*16.5 X 7 Brk * 24" Chambers *13
3/16" auto slax ; Dust shields; Front springs: 20k with shocks; Power
steering; Front axle ratio: 4.25; Brake 16.5 X 7. A summary of the
vehicle desired rear axle requirements include: Dana Spicer 46K Dual;
Rear axle ratio: 4.33; Rear brake: 16.5 X 7 dual; Rear brake drum:
cast; Slack adjustment: auto; Spring break; Rear dust shields; ABS;
Track rods. A summary of the vehicle desired tires & wheels
requirements include: Front: 425/65R22.5 20pr; Rear: 11R22.5 14 pr. A
summary of the vehicle desired frame & equipment requirements
include: Frame needs to be heavy duty with reinforced steel insert;
Bumper: Steel channel; Battery box: under cab on left hand side; Front
tow hook; Skid plate: front engine protection; Front and rear mud
flaps; Rubber wheel well fender extensions 2"; Square end of frame with
cross member. A summary of the vehicle desired fuel tanks &
equipment requirements include: 100 US gallon fuel tank (located
opposite of battery box). A summary of the vehicle desired cab &
equipment requirements include: Cab: Conventional; Cab door bearing
blocks; Heater/air conditioner with integral defrosters; Steering
wheel: 18" with 2 spokes; Off-highway switch for ABS system; Gauges:
Air cleaner restriction; Air appl pressure; Engine oil pressure; Engine
oil temperature; voltmeter; oil temp for dual drive axle; oil temp for
main transmission; water temperature; fuel; air pressure; High water
temp and low oil pressure light; Speedometer and tachometer; Floor
mats; LH and RH sun visors; Air cushion driver and passenger seats; Air
horn with snow shields; Mirror: heated dual 7 x 16" (or larger); Rear
cab window fixed; Windshield tinted; Electric windshield washer; Cab
dome light. A summary of the vehicle desired air equipment requirements
include: Air dryer: heated; Pull cable drain. A summary of the vehicle
desired dump box includes: 17' steel dump box; Air shift PTO;
Commercial direct mount air shift dump pump; Commercial 156" stroke
cylinder; Air trip cylinder on tailgate; In cab controls with
feathering control; Outside walk rails with inside step; Air actuated
body stop control; Body prop arm; Heavy duty lubricated hinges and
latches; Interior crash panels; Fold down ladder on drivers side; Heavy
duty tail gate sheet; Cab protector 24"; " steel spreader lid; 3/8"
plastic liner on floor (installed). The Place of Delivery, inspection,
and acceptance is Iowa Army National Guard, Camp Dodge, Building W-12,
7700 NW Beaver Drive, Johnston, Iowa 50131-1902. FOB Destination.
Solicitation provision at FAR 52.212-1, Instructions to Offerors
Commercial Items (OCT 95) is hereby incorporated by reference. The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous representing the best value to the Government
price and other factors considered. The following technical factors
shall be used to evaluate offers: Ability to meet the desired
specifications set forth on this announcement and Past performance. The
vendor shall submit a written proposal addressing all the technical
factors outlined above. The proposal shall be of sufficient detail as
to allow a board to review and rate the proposal. The proposal shall
identify that the dump truck can meet the Governments desired
requirements. References (Including POC and phone number) and samples
of past work must be included in the proposal. The written proposal
will be no more than 35 pages in length. All information exceeding 35
pages will be disregarded. The technical factors will be rated higher
than the cost factors. Past performance will be evaluated as follows:
Evaluation of past performance shall be based on information provided
by the offerors and any other information the Government may obtain by
following up on the information provided by the offerors and/or
through other sources (i.e. offerors performance on previously awarded
contracts and/or contracts with other Government entities). The
offeror must identify three Federal, State, or local Government and
private contracts for which the offeror has supplied similar products
identified in this solicitation. References should include the most
recent contracts completed within the last five years. The offeror
shall provide a point of contact, current telephone numbers and fax
numbers for each contract. Offerors shall address each evaluation
factor stated above, failure to address any item may cause the offerors
proposal to be rejected. Offerors are reminded to include a completed
copy of provision at FAR 52.212-3, Offeror Representations and
Certifications Commercial Items, with its offer. FAR 52.212-4, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial Items (AUG 96), is hereby incorporated by reference. The
following clauses within 52.212-5 apply to this solicitation and any
resultant contract: (b)(1) 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; (2) 52-203-10, Price or Fee
Adjustment for Illegal or Improper Activity (41 USC 423), (3)
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns (15 USC 637 (d)(2) and (3)); (5)
52.219-14, Limitation on Subcontracting (15 USC 637 (a)(14)); (6)
52.222-26, Equal Opportunity (E.O. 11246); (7) 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); (8)
52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); (9)
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 USC 4212); (13) 52.225-18, European Union
Sanction for End Products (E.O. 12849). Additional contract terms and
conditions applicable to this procurement are: (i) DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
(NOV 95) is hereby incorporated by reference. The following clauses
within 252.225-7001apply to this solicitation and any resultant
contract, Buy American Act and Balance of Payment Program (41 USC
10.EO.10582); 252-225-7007, Trade Agreements (10 USC 2501-2582);
252-225-7012, Preference for Certain Domestic Commodities; 252-233-700,
Certification of Claims incorporated by reference can be accessed in
full text at the Army Acquisition Web Site http://acqnet.sarda.army.mil
Offerors are encouraged to submit multiple offers, each offer shall
completely stand on its own. Sign and date each offer, one original,
must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge,
7700 NW Beaver Drive, Johnston, Iowa 50131-1902, ATTN: CW2 Mark
Thompson, Contracting Officer at or before 4:30 p.m., 28 April 2000.
For information regarding this solicitation contact CW2 Mark Thompson
at (515)252-4248. Posted 04/13/00 (W-SN444888). (0104) Loren Data Corp. http://www.ld.com (SYN# 0214 20000417\23-0004.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|