Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

23 -- PURCHASE OF HORSE TRAILERS

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID, 83401
 
ZIP Code
83401
 
Solicitation Number
RFQ-R4-15-02NV-5-4191
 
Response Due
4/15/2005
 
Archive Date
6/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This is a request for quote (RFQ) No. RFQ-R4-15-02NV-5-4191; proposal due date is April 15, 2005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 14, effective as of 5/22/03. This is a small business set-aside, NAICS code is 336999, small business size standard is 500 employees. Non-manufacturers must furnish in the performance of the contract, the product of a small business manufacturer, which end product must be manufactured or produced in the United States. Small size standard for the manufacturer of the item would be 500 employees. Quantity and Unit of Measure is 1 Each. Price proposal shall include delivery to FOB location shown for each item. SPECIFICATIONS FOR ALL TRAILERS: (1) All trailers shall meet U.S. Department of Transportation Standards. (2) All measurements are outside measurements. (3) If tack room is specified, stall to tack room partitions shall be full height, floor to roof, and sealed, unless otherwise specified. (4) Trailers equipped with tack room must have solid heavy duty lockable access door (3? wide minimum, not camper style); must be on right side of trailer. (5) Stall walls shall be solid to a height of 54 inches below any openings. (6) Rubber dock bumper. (7) 16? 10 ply radial tires. (8) Spare tire and wheel, with spare tire carrier. (9) Rubber mats ? ?? minimum -- full length including tack room when applicable. (10) Sealed marker lights. (11) Full height solid rear gate; must have ability to lock with paddle lock. (11) Breakaway switch with heavy duty dry cell battery. (13) Fully encased overhead wiring. (14) Torsion bar axles with brakes on each wheel. (15) 7-spade standard R.V. type electrical connector. (16) Escape door in stall area; must have ability to lock with paddle lock. (17) Minimum of two interior lights, one in overshot and one in stall area. (18) If equipped with tack room, two lights each in tack room and stall, with separate control switches in tack room and stall. (19) 80% of roof must be constructed of approved steel or aluminum sheeting. (20) Double walled construction with commercial bed-liner type spray lining or rubber lined stall wall including rear gate and front wall to 48? in height. (21) Axle capacity for 16? trailers must equal or exceed the gross trailer weight. (22) Axle capacity for 18? trailers must have minimum of two 7000 pound axles. (23) 2 5/16? coupler. (24) Pop up vent in stall area. ADDITIONAL SPECIFICATIONS FOR ALL STEEL TRAILERS: (1) White, baked on paint. (2) Steel roof over stall area. (3) Spray on gravel guard protection on fenders. (4) Spray on gravel guard protection on nose or under overshot; 24? from the bottom leading edge of trailer. (5) Electro galvanized sheet metal. ADDITIONAL SPECIFICATIONS FOR ALL GOOSENECK TRAILERS: (1) Adjustable hitch 20,000 pound capacity coupler for 2 5/16 inch ball. Range of adjustment must be approximately 5 inches above and 5 inches below standard pickup bed height. (2) Full width nose, unless otherwise specified. (3) Aluminum trailers ? one piece roof over stall area. ADDITIONAL SPECIFICATION FOR EACH ITEM NUMBER: ITEM 1: FOB ? Jackson, WY, Steel 2 to 3 horse slant load 7? x 7? x 16? gooseneck, tack room, 3 tie rings interior and 3 tie rings exterior on each side, no dividers, 3 saddle racks. ITEM 2: FOB ? Jackson, WY, Steel 4 horse slant load 7? x 7? x 20? gooseneck, lockable access gate in overshot area, no dividers or tack room, 4 tie rings interior and 4 tie rings exterior on each side. ITEM 3: FOB ? Salmon, ID, Steel 4 horse slant load 7? x 7? x 18? gooseneck, tack room, 4 tie rings interior and 4 tie rings exterior on each side, 3 removable telescoping dividers, 4 saddle racks, left side escape door. ITEM 4: FOB ? Idaho Falls, ID, Steel 4 horse 7? x 7? x 16? gooseneck, no tack compartment, locking 36? access gate in overshot, backup lights, 7,000 pound GVW axles; brakes on all four wheels. ITEM 5: FOB ? Idaho Falls, ID, Aluminum 4 horse slant load 7? x 7? x18? gooseneck, aluminum floor construction, walk in tack room, 4 saddle racks, left side escape door, left side 36? x 36? access door in the overshot, full height solid rear double doors, 4 tie rings interior and 4 tie rings exterior on each side, 3 removable telescoping dividers, 2 exterior lights, one by tack room door; one by rear stall door. Delivery Date: May 30, 2005. The provisions at 52.212-1, Instructions to Offerors?Commercial, and 52.212-2, Evaluation?Commercial Items are applicable. In addition to price and price-related factors (warranty, repair service locations), award evaluation will b e based on past performance and compliance with solicitation requirements. These two evaluation factors evaluated together are significantly more important than price. In addition to price, offerors should include product literature of offer and information addressing the above factors in their proposals. Award may or may not be made in a aggregate to one Contractor. Offeror should state if price is based on an all or none basis or if offered price varies if the award is total or partial. Offerors shall include with their offers the provision at 52.212-3, Offeror Representations and Certification?Commercial Items. This may be obtained at http://www/arnet.gov/far/farqueryframe.html. Clauses 52.212-4, Contract Terms and Conditions?Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, apply to this acquisition. Additional applicable FAR clauses are 52.203-6 with Alternate 1, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.19, 52.225-1, 52.225-13, 52.232-33. Referenced provisions and clauses may be obtained at the above web site. Proposals are due by 4:30 p.m., 04/15/2005, at IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID 83401, ATTN: Karlotta Parry. Fax proposals will be accepted at (208) 557-5829; confirmation calls may be made to Karlotta Parry at (208) 557-5773. Contact Karlotta Parry at (208) 557-5773 for additional information.
 
Place of Performance
Address: Jackson, WY, Salmon, ID, and Idaho Falls, ID.
Zip Code: 83401
 
Record
SN00769777-W 20050318/050316211716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.