HEAVY DUTY 4WD PICK UP TRUCK

expired opportunity(Expired)
From: Sawyer International Airport(Airport)

Basic Details

started - 16 Mar, 2023 (13 months ago)

Start Date

16 Mar, 2023 (13 months ago)
due - 31 Mar, 2023 (12 months ago)

Due Date

31 Mar, 2023 (12 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Sawyer International Airport

Customer / Agency

Sawyer International Airport
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of 16 REQUEST FOR PROPOSALS HEAVY DUTY 4WD PICK UP TRUCK The County of Marquette, Sawyer International Airport seeks bids for a 2023 or newer Heavy Duty 3⁄4 Ton 4WD Pick-up Truck from qualified dealers. Bids must be submitted in a sealed envelope stating “Airport Heavy Duty 3⁄4 Ton Pick Up Truck Bid” no later than 10:00 a.m. local time, on March 31st, 2023. Bids shall be submitted to the Sawyer Airport Service Center, 125 G Avenue, Gwinn MI 49841. The complete specifications may be found at http://co.marquette.mi.us and sawyerairport.com/business. Bid proposals will be publicly opened and read aloud at the date, time, and place mentioned above. http://co.marquette.mi.us/ Page 2 of 16 COUNTY OF MARQUETTE SAWYER INTERNATIONAL AIRPORT SPECIFICATIONS FOR HEAVY DUTY, 3⁄4 TON, PICK UP TRUCK 4 – Door (Crew Cab) – 6ft Box 3/4 Ton – V8
Gasoline Power Plant Snow Plow Prep. Package (Heavy-duty springs/shocks) 2023 or Current New – Standard Factory Equipped (options) SPECIFICATION The Vehicle is to be factory equipped with the following items, unless dealer installation is herein permitted: Meets Specifications YES NO SPECIFICATIONS Air Bags – Vehicle to be equipped with driver and right front passenger side air bag passive restraint system. Air Conditioning – Vehicle is to be equipped with factory installed air conditioning. Alternator – Vehicle is to be equipped with largest amp alternator available (min required 145) Antenna – Standard AM/FM Antifreeze – Vehicle to be equipped with antifreeze protection to -35 F minimum. Fender Liners- Vehicle shall be equipped with fender liners. Rust Proofing- To be completed before delivery of vehicle. Page 3 of 16 YES NO SPECIFICATIONS CONTINUED Axle – Single rear wheel. Axle ratio to provide best available fuel economy Battery(s) – 12 Volt. Dual Battery system Prefered (min 770/600 cca) Wheel Base – Wheel base commensurate with 1 Ton Heavy Duty Pick UP with 6ft box Exterior Paint Colors – Color shall be Chrome Yellow per FAA standards. Brakes – Vehicle to be equipped with power assisted, anti-lock brake system. Four wheel disc preferred. Cargo Box – Vehicle to be equipped with 6-foot box. Cargo box is to also be completely coated with Rhino – Liner type spray on protective coating. Floor Covering – Floor covering shall be a heavy duty gauge vinyl with heavy duty floor mats included both front and rear. Cigarette Lighter – To be located on instrument panel, wired independent of ignition system. Standard extra outlets permissible. Cooling system – Vehicle to have maximum size cooling system available, incorporating “coolant recovery” system. Cruise Control – Vehicle shall be equipped with standard Cruise / Speed control. Differential – Heavy duty with straight rear axle. Page 4 of 16 YES NO SPECIFICATIONS CONTINUED V-8 Engine (Gasoline) – Engine to be a minimum 6.0 liter displacement available in the model of the vehicle submitted with engine cooler. Radio Noise Suppression – Vehicle shall be equipped with standard AM radio noise suppression package, to include any optional grounding straps. The vehicle shall not interfere with signals received or transmitted by the mobile radio system, nor shall the vehicle be affected by the operation of a mobile transmitter. Roof Mounted Light Bar – The vehicle shall be equipped with a full size LED Light bar. The light bar shall be permanently mounted on roof. It shall contain amber and clear lights with clear forward facing flood light and clear takedown lights on both ends. Controls for light bar shall be mounted in cab near panel. Seat assembly, type upholstery – The seats shall be 40/20/40 split front bench, with heavy duty cloth or equivalent. Seat Belts – All seats shoulder belt assembly to incorporate tension reliever and automatic release mechanism. Skid Plate Package – Vehicle equipped with factory installed skid plate protection. Spare Tire – Vehicle to be equipped with full size spare tire and wheel. Tire tread on spare to match existing supplied with the vehicle. Steering Wheel – Tilt type steering wheel required. Round with anti – slip surface. Page 5 of 16 YES NO SPECIFICATIONS CONTINUED Suspension System – Handling / Trailering (Heavy Duty) Torsion Bars – Heavy Duty Tires / Rims – Standard Heavy Duty rims and Tires with on / off road tread. Tools – Wheel wrench and Jack. Transmission – Fully Automatic, available heavy duty. Must include transmission cooler. Transfer Case – Request electronic push button shift to engage 4 – wheel drive system. Warning lights – Vehicle to be equipped with LED flashing amber lights mounted in front grill and LED flashing clear lights mounted in rear tail lights. Windshield wipers / washers – Electric multiple speed wipers to include intermittent feature Windows / Rear – Vehicle to be equipped with a standard straight rear window with factory installed rear window defogger / defroster. Spot Light – Vehicle to be equipped with (1) Drivers side LED Spot light with chrome exterior finish. Airport Logo – Once delivered, vehicle will be placarded with airport logo decals on either side door. Running Boards – Vehicle to be equipped with steel running boards. Airfield Radio – Vehicle to be equipped with ICOM A120 VHF Airband Radio with permanent roof mounted Antenna Page 6 of 16 Note: No dealer advertising to be on vehicle. ANY MODIFICATIONS OR EXCEPTIONS TO THIS SPECIFICATION MUST BE APPROVED BY THE COUNTY OF MARQUETTE. ALL BIDDERS MUST NOTE COMPLIANCE / NON-COMPLIANCE IN LEFT HAND COLUMNS AND / OR MODIFICATIONS OR EXCEPTIONS WHEN SUBMITTING BID. Warranty: 3 years or 36,000 miles bumper to bumper coverage and powertrain coverage of 5 years or 60,000 miles. Price must be firm for sixty (60) days. The County of Marquette, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for award. Additionally, purchase of this equipment will be funded by the Federal Aviation Administration (FAA) Airport Improvement Program (AIP)/CARES Act Grant to the Airport, requiring compliance with all applicable federal, state, and local laws. Successful bidders must comply with all FAA/CARES Act requirements, including but not limited to:  Buy American Preference (Title 49 USC § 50101)  Debarment and Suspension (2 CFR part 180 (Subpart C). 2 CFR part 1200, DOT Order 4200.5)  Disadvantaged Business Enterprise (49 CFR part 26)  Trade Restriction Certification (49 USC § 50104, 49 CFR part 30)  Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act) PAYMENT TO CONTRACTOR Payment will be made within 30 days after delivery of vehicle. Page 7 of 16 SELECTION The County will award the bid to the lowest responsive bidder. A responsive bidder is one that does not vary from specifications and terms required. The County reserves the right to waive irregularities in the bid proposals. Page 8 of 16 BID PROPOSAL FORM Sawyer International Airport HEAVY DUTY 4WD PICK UP TRUCK Proponent Name: ______________________________ Address: ______________________________ Telephone: Fax: ______________________________ _________________________ AUTHORIZED SIGNATURE AND TITLE LUMP SUM AMOUNT FOR BID $_________________________ ________________________________________________________________dollars Written Amount LUMP SUM AMOUNT FOR BID WITH OPTIONAL LIFT GATE $_________________________ ________________________________________________________________dollars Written Amount Page 9 of 16 Proponent Name: Proponents must acknowledge by signature, receipt of addenda if issued. (ADDENDUM TO CONTRACT: CONTRACTORS, listing County of Marquette insurance requirements are part of the RFP and do not need to be recorded on proposal form) Addendum No. 1________________________________________________ Addendum No. 2________________________________________________ Page 10 of 16 CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. ATTACHMENTS TO THIS BID: The following documents are attached to and made part of this Bid: 1. Buy American Certification 2. Certification of Bidder Regarding Tax Delinquency and Felony Convictions 3. Trade Restriction Certification Page 11 of 16 Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark () or the letter “X”.  Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States; b) Installing manufactured products for which the Federal Aviation Administration (FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing U.S. domestic product. 3. To furnish U.S. domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.  The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver – The cost of the item components and subcomponents produced in the United States is more that 60 percent of the cost of all components and subcomponents of the “item”. The required documentation for a Type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Page 12 of 16 Regulation Subpart 25.108; products of unknown origin must be considered as non- domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total “item” component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver – Total cost of project using U.S. domestic source product exceeds the total project cost using non-domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title Page 13 of 16 CERTIFICATION OF BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The BIDDER must complete the following two certification statements. The BIDDER must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark ( ) or the letter “X” in the space following the applicable response. The BIDDER agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. 1) The BIDDER represents that it is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting tax liability. ______ 2) The BIDDER represents that it is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. _______ Note: If a BIDDER responds in the affirmative to either of the above representations, the BIDDER is ineligible to receive an award unless the SPONSOR has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests. The BIDDER therefore must provide information to the SPONSOR about its tax liability or conviction to the SPONSOR, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that Page 14 of 16 is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. ___________________________________ _________________________________________ Date Signature Page 15 of 16 TRADE RESTRICTION CERTIFICATION The BIDDER must complete the following certification statements. The BIDDER agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may Page 16 of 16 rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. TRADE RESTRICTION CERTIFICATION cont. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Date ______________________________Signature_______________________________ Company Name _________________________ Title___________________

125 G Avenue,Gwinn, Michigan 49841Location

Address: 125 G Avenue,Gwinn, Michigan 49841

Country : United StatesState : Michigan

You may also like

Construction, Heavy Duty, Power Equipment

Due: 30 Sep, 2025 (in 17 months)Agency: All Using Agencies

Construction Equipment - Medium / Heavy Duty

Due: 09 Jul, 2025 (in 14 months)Agency: John Deere Construction Retail Sales

Pick Up Truck w/Dump Box

Due: 02 May, 2024 (in 12 days)Agency: County of Hastings

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.