Page images
PDF
EPUB

JUNE 18, 1954.

TWIN COACH CO.,

Kent, Ohio. GENTLEMEN: Will you please submit to the Department a quotation subject to the conditions of Standard Forms 32 and 33 attached, for furnishing 50 trucks, 4-ton, mail delivery, stand drive, in accordance with the enclosed Invitation NC-25-54.

It is to be understood that variations from the specifications can be made on agreement between your company and the Department if such changes improve the efficiency and quality of the trucks.

Please execute the attached Standard Form 33 in duplicate, showing the time of delivery after receipt of order, any cash discount offered, and other information requested in the form.

The Statement of Representation and Examination of Records clause should also be executed as these documents are required to be included with negotiated contracts.

Will you please reply by return mail as this negotiation must be consummated before the close of the fiscal year.

Sincerely yours,

Deputy Postmaster General.

[blocks in formation]

Sealed bids in.

INVITATION NO.

NC-25-54

SUBJECT TO THE TERMS AND CONDITIONS OF THIS INVITATION, ITS SCHEDULE AND THE ATTACHED GENERAL PROVISIONS, will be received at the above office until o'clock m., Time (date), and at that time publicly opened, for furnishing the following supplies or services, at the time specified in the Schedule, for delivery f. o, b.. factory, Kent, Ohio General information and instructions to bidders are contained in the terms and conditions on the reverse hereof.

[blocks in formation]

In compliance with the above, the undersigned offers and agrees, if this Bid be accepted within calendar days (60 calendar days unless a different period be inserted by the bidder) from the date of the opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered at the designated point(s) and within the time specified in the Schedule of the Invitation for Bida. Discounts will be allowed for prompt payment as follows: percent, 20 calendar days; $5.00 per 80 calendar days.

percent, 10 calendar days;.

BIDDER REPRESENTS: (1) That the aggregate number of employees of the bidder and its affiliates is 500 or more,
(Check appropriate boxes)
less than 500.

(2) That he is a regular dealer in, manufacturer of, the supplies bid upon.
has, employed (other than a full-time
employee) to solicit or secure this contract, and agrees to furnish information relating thereto
as requested by the contracting officer.

INDICATE WHETHER INDIVIDUAL: PARTNERSHIP: CORPORATION. INCORPORATED IN THE STATE OF Delayare

NAME AND ADDRESS OF BIDDER (ătrest, city, sons, and Shele. Type or privat)

[blocks in formation]

SIGNATURE AND TITLE OF ERS AUTHORED TO SIGH THIS SID (Typs or print name and title under signature)

W. H. CARLSON, Regional Manager

AWARD

[blocks in formation]
[merged small][ocr errors]

Deputy Postmaster General

Post Office Department

Approved as to legality:

CONTRACTING OFFICER

[ocr errors]

Are Mic The

Solicitor

[ocr errors]

TERMS AND CONDITIONS OF THE INVITATION FOR BIDS

1. Award. The right is reserved, as the interest of the Government may require, to reject any or all bids and to waive any minor informality or irregularity in bids received. The Government may accept any item or group of items of any bid unless qualified by specific limitation of the bidder. Unless otherwise provided in the schedule, bids may be submitted for any quantities less than those specified; and the Government reserves the right to make an award on any item for a quantity less than the quantity bid upon at the unit price offered unless the bidder specifies otherwise in his bid. The contract shall be awarded to that responsible bidder whose bid, conforming to the Invitation for Bids, will be most advantageous to the Government, price and other factors considered. An award mailed (or otherwise furnished) to the successful bidder within the time for acceptance specified in the bid results in a binding contract without further action by either party.

2. Labor information.-Attention is invited to the possibility that wage determinations may have been made under the Walsh-Healey Public Contracts Act providing minimum wages for employees engaged in the manufacture for sale to the Government of the supplies covered by this Invitation for Bids. Information in this connection, as well as general information as to the requirements of the act concerning overtime payment, child labor, safety and health provisions, etc., may be obtained from the Wage and Hour and Public Contracts Divisions, Department of Labor, Washington 25, D. C. Requests for information should state the Invitation number, the issuing agency, and the supplies covered.

3. Discounts.—(a) Prompt payment discounts will be included in the evaluation of bids, provided the period of the offered discount is sufficient to permit payment within such period in the regular course of business under the delivery, inspection, and payment provisions of the Invitation and Bid.

(b) In connection with any discount offered, time will be computed from date of delivery of the supplies to carrier when delivery and acceptance are at point of origin, or from date of delivery at destination or port of embarkation when delivery and acceptance are at either of those points, or from date correct invoice or voucher (properly certified by the Contractor) is received in the office specified by the Government if the latter date is later than the date of delivery. 4. Prices.-Unit price for each unit bid on shall be shown and such unit price shall include packing unless otherwise specified. In each case totals shall be inserted in the Amount column of the Schedule.

5. Delivery time.-When not otherwise specified, bidder must definitely state time of proposed delivery.

6. Computation of time.-Time, if stated as a number of days, will include Sundays and holidays.

7. Samples.-Samples of items, when required, must be submitted within the time specified and at no expense to the Government; if not destroyed by testing, they will be returned at bidder's request and expense, unless otherwise specified in the Schedule.

8. Government-furnished property.-No material, labor, or facilities will be furnished by the Government unless otherwise provided in the Schedule.

9. Agents.-Bids signed by an Agent must be accompanied by evidence of his authority.

10. Bids. (a) Data. Each bidder shall furnish the information required by the Bid form. The bidder should print or type his name on the Schedule and each Continuation Sheet thereof upon which he makes an entry.

(b) Corrections. Erasures or other changes in bids must be explained or otherwise noted over signature of bidder.

(c) Late. No bid or modification thereof received after the time set for opening will be considered except that when a bid or modification arrives by mail after the time set for opening, but before award is made, and it is determined by the Government that nonarrival on time was due solely to delay in the mails for which bidder was not responsible, such bid or modification thereof will be considered.

(d) Mistake. Bidders are expected to examine the drawings, specifications, circulars, Schedule, and all instructions pertaining to the supplies or services. Failure to do so will be at the bidder's risk. In case of mistake in extension of price, the unit price will govern.

(e) Alternate. Alternate bids will not be considered unless authorized in the Schedule.

(f) Addressing. Except as provided in (g) below, bids and modifications thereof shall be enclosed in sealed envelopes addressed to the issuing office, with the name and address of the bidder, the date and hour of opening, and the Invitation Number on the face of the envelope.

(g) Telegraphic. Telegraphic bids will not be considered unless authorized in the Schedule, although bids may be modified by telegraphic notice provided such notice is received prior to the time set for the opening of the bids.

(h) Withdrawal. Bids may be withdrawn by written or telegraphic notice provided such notice is received prior to the time set for the opening of the bids. 11. Bonds. No bond or other form of security will be required except as provided in the Schedule.

12. Seller's invoices.-Invoices shall be prepared and submitted in triplicate unless otherwise specified. Invoices shall contain the following information: Contract number, Order number (if any), and Item number; contract description of supplies or services, sizes, quantities, unit prices, and extended totals. Bill of

lading number and weight of shipment will be shown for shipments made on Government bills of lading. The following certificate will be shown on each copy of the invoice:

"I certify that the above bill is correct and just and that payment therefor has not been received." The Contractor or his authorized representative will sign only the original (ribbon typed copy, if typed). When the invoice is signed or receipted in the name of a company or corporation, the name of the person signing, as well as the capacity in which he signs, must appear. For example: "John Doe Company, by John Smith, Secretary," "Treasurer," or as the case may be.

13. No bid. In the event no bid is to be submitted, do not return the invitation unless otherwise specified. However, a letter or post card should be sent to the issuing office advising whether future invitations for the type of supplies or services covered by this invitation are desired.

POST OFFICE DEPARTMENT

STATEMENT OF REPRESENTATION APPLYING TO INVITATION ISSUED BY THE

POSTMASTER GENERAL

The bidder [X (or) contractor] represents: (a) that he [ ] has, [X] has not, employed or retained any company or person (other than a full-time bona fide employee working solely for the bidder [X (or contractor)] to solicit or secure this contract, and (b) that he [ ] has, [X] has not, paid or agreed to pay to any company or person (other than a full-time bona fide employee working solely for the bidder [X (or) contractor]) any fee, commission, percentage, or brokerage fee, contingent upon or resulting from the award of this contract, and agrees to furnish information relating thereto as requested by the contracting officer, (Note: for interpretation of the represenation, including the term "bona fide employee," see General Services Administration Regulations, title 44, secs. 150.7 and 150.5 (d) Fed. Reg., Dec. 21, 1952, vol. 17, No. 253.)

TWIN COACH CO.,

M. H. CARLSON, Regional Manager.

Date: June 18, 1954.

POST OFFICE DEPARTMENT

EXAMINATION OF RECORDS

(a) The Contractor agrees that the Comptroller General of the United Sates or any of his duly authorized representatives shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Contractor involving transactions related to this contract.

(b) The Conractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the Comptroller General of the United States or any of his duly authorized represenatives shall, until the expiration of three years after final payment under this contract with the Government, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor involving transactions related to the subcontract. The term "subcontract" as used in this clause excludes (i) purchase orders not exceeding $500.00, and (ii) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public.

Date: June 18, 1954.

TWIN COACH Co.,

M. H. CARLSON, Regional Manager.

No. 32-54 Amendment No. 1

7 JUN 54

POST OFFICE DEPARTMENT

DIVISION OF VEHICLES

SPECIFICATION FOR TRUCK, STAND DRIVE, MAIL DELIVERY, 4 x 2, 4-TON, G. V. W. 4,500 POUNDS (MAXIMUM), WHEELBASE 100 INCH (MAXIMUM)

This amendment has been prepared by the Division of Vehicles, Post Office Department, for the purpose of revising Specification No. 32–54, dated 19 MAR 54. Paragraph 5.3.3 Beltline.-Delete entirely and substitute the following: "5.3.3 Beltline.-A red beltline 42 inches wide shall encircle the vehicle. The portion of the beltline running rearward from, but not including the side doors, and across the back of the vehicle shall be Minnesota Mining and Manufacturing Company Wide Angle Flat Top Red Retro-Reflective Sheeting No. FE131, or equal. The portion of the beltline running across the side doors, and across the front shall be Sherwin-Williams Kem Transport Red No. F1R43355-R, or equal. Portions of the beltline such as door hinges and other protruding surfaces where it is impractical to apply the above Retro-Reflective Sheeting shall be painted with the above red enamel."

Paragraph 5.5 Markings, Exterior.-Delete entirely and substitute the following:

"5.5 Reflective Letters and Numerals.-The words 'U. S. Mail' and serial numbers (to be assigned later) shall be 31⁄2 inches overall height, and shall be Minnesota Mining and Manufacturing Company Wide Angle Flat Top Scotchlite Gold No. 3273 shaded with Special Blue Process Paste No. FE53, or equal. Letters and numerals shall be applied in four places."

No. 32-54 19 MAR 54

POST OFFICE DEPARTMENT

DIVISION OF VEHICLES

SPECIFICATION FOR TRUCK, STAND DRIVE, MAIL DELIVERY, 4 x 2, 4-TON, G. V. W. 4,500 POUNDS (MAXIMUM), WHEELBASE 100 INCH (MAXIMUM)

This specification has been prepared by the Division of Vehicles, Post Office Department, for use in securing vehicles for postal service, and is to be used in supplement to existing Federal Specifications, referenced herein, covering vehicles and components thereof. It is subject to modification by the Division of Vehicles, Post Office Department, only when manufacturers proposing to furnish vehicles for postal service disclose in writing, to the satisfaction of the Division of Vehicles, Post Office Department, that its contents are prohibitive to the utiliza. tion of standard manufacturing procedures.

1. Scope

1.1 Scope. This specification embodies four-wheel, stand drive trucks (in the nominal three-quarter ton class) having manufacturer's gross vehicle weight rating of 4,500 pounds maximum. They shall be gasoline-engine driven. The trucks shall be constructed, assembled, and equipped to perform under the operating conditions specified below.

2. Applicable specifications and other publications

2.1 Specifications.-The following Federal Specifications, of the issues in effect on date of invitation for bids, form a part of this specification:

KKK-T-716a__.

W-B-131

VV-M-561.

ZZ-T-381.

ZZ-T-766

HH-L-361

F-F-351.

Trucks; Gasoline Engine, Four Wheels, Two Rear
Wheel Drive, G. V. W. 4,200 Pounds.

Batteries, Storage; Ignition, Lighting, and Starting.
Motor-Fuel M.

Tires, Pneumatic; Vehicle and Portable-Equipment.
Tubes; Inner, Vehicle, Puncture Sealing.

Linings, Brake (Automotive Use).

Filters and Filter Elements; Lubricating Oil, Internal

« PreviousContinue »