Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Sewage Pump Truck

Solicitation Number: RFQ41003-0111-9
Agency: Department of Justice
Office: Bureau of Prisons
Location: FCI Oxford
  • Print
:
RFQ41003-0111-9
:
Award
:
August 28, 2008
:
DJBOXFHP210017
:
$98,000
:
V&H Inc.
:
1505 Central Avenue
Marshfield, Wisconsin 54449
United States
:
Added: Aug 20, 2008 1:40 pm
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation #RFQ-41003-0111-8. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.



The Federal Bureau of Prisons, Federal Correctional Institution, Oxford, Wisconsin, intends to award a firm-fixed price contract to a responsible entity for the provision of :



GENERAL REQUIREMENTS/ SPECIFICATIONS:



Sewage Pump Truck



Stock 330002vw Chassis

2008, 33000GVW

Diesel, 250HP and 660lb/ft torque and turbo air intake warmer automatic transmission PTO provision.

12000 lb front axle w/12000 lb taperleaf suspension and shock absorbers

21000 lb rear axle w/5.88 ratio, full locking differential, and 23000 lb suspension 16T Mentor driveline with half round yokes.

15.5 cfin air compressor with heated air dryer and brake dust shields on all axles 11/32"x 3-1/2"x 10-15/16" frame rated at 120,000 PSI

(3) group 31 batteries rated at 228000A and 160 amp alternator Engine block heater w/plug under driver door.

1100 sq-in radiator with antifreeze rated to -34F

Chrome bumper with tow hooks, chrome grille, roof mounted air horns, daytime running lights Stainless heated mirrors w/ 8" round convex mirrors mounted under main mirrors Hi-level interior with vinyl/cloth door panels and map pockets, and forward roof mntd console A/C, cruise control, am/fm stereo w/mirror mntd antenna and self canceling turn signal switch.

High back air ride driver seat and 2 man passenger seat

50 gal aluminum fuel tank on driver side

11 Rx22.5 front tires on steel disc wheels

11 Rx22.5 rear tires on steel disc wheels

5 lb fire extinguisher and safety triangular reflectors

2 yr/unlimited base warranty, 3 yr/150,000 mile engine warranty, 2 yr towing warranty White Paint preferred.



2500 gallon aluminum tank package



2500 gallon capacity aluminum tank with polished finish

(2) 20" manways, 1 top, 1 rear, full length hose trays, checker plate tank side protectors

(3) 5" sight eyes, rear hose hooks, work lights, DOT running light

Challenger 367 fan cooled Max Package vacuum pump (or pump of comparable

specification)

Shift PTO with heavy duty driveline, right angle gearbox and coupler assembly

Vacuum/pressure relief valves and liquid filled gauge

3" intake valve, and 6" discharge valve with air cylinder control 24"x 24"x 36" aluminum toolbox 6" splash pan for land application





CONTRACT PRICING:



Contract pricing shall include all cost or price associated charges to the Government and delivery cost (FOB Destination) for the requested item. The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms format price standpoint. Quoters are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting the lowest price, technically acceptable quote.



CONTRACT CLAUSES:



52.252-2 -- Clauses Incorporated by Reference (Feb 1998).



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov . Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.



52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.



52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (JUNE 2008) - (b) 5, 7, 14, 15, 16, 17, 23, 31.



OTHER CONTRACT TERMS AND CONDITIONS:



A resultant contract will be a firm-fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately August 29, 2008.



In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCI Oxford, Wisconsin.



SOLICITATION PROVISIONS:



52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)



This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov



52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision.



52.212-3 Offeror Representations and Certifications - Commercial Items (JUNE 2008)



52.233-2 Service of Protest (SEPT 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534



Protests Filed Directly with the Department of Justice (JAR 2852.233-70)



Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.



Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award.



SUBMISSION OF QUOTATIONS:



On letterhead or business stationary, the following information is required:

(1) The specifications of the proposed vehicle as listed above

(2) Contractors DUNS Number

(3) Quoted pricing based on specifications noted above for a sewage pump truck.

The offer should be in this format:



Sewage Pump Truck $_________ + shipping $_______ =$____________ Total Price.



(4) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUNE 2008) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov





All quotes must be received at:



Federal Correctional Institution Federal Correctional Institution

P.O Box 500 Or County Road “G” & Elk Avenue

Oxford, WI 53952 Grand Marsh, WI 53936



No later than 2:00 pm CST on Wednesday, August 27, 2008. Offers can be faxed to

(608) 584-6318.

Questions regarding this solicitation- Point of Contact: Richard Houser, Contract Specialist 608-584-6119

rhouser@bop.gov





Added: Sep 03, 2008 3:44 pm
Award of Sewage Pump Truck
:
PO Box 500, Oxford, WI 53952
County Road
Grand Marsh, Wisconsin 53936
:
FCI Oxford
County Road "G" & Elk Avenue
Grand Marsh, Wisconsin 53936
United States
:
Richard S. Houser,
Contract Specialist
Phone: 608-584-6119
Fax: 608-584-6318
:
Richard S. Houser,
Contract Specialist
Phone: 608-584-6119
Fax: 608-584-6318