Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

23 -- Hydraulic Trailer

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-06-T-0010
 
Response Due
2/23/2006
 
Archive Date
3/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. FA4621-06-T-0010 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-07. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 423830. McConnell AFB KS plans to acquire the following items: One Hydraulic Trailer that is able to lift the front end of the bed allowing the trailer to dump its cargo out of the back gate. Trailer Specs: Width ? 85.5 inches Length ? 49-inch tongue and 17-foot trailer Height of trailer sides ? 25.5 inches Height off ground?Trailer MUST be able to be pulled by full size pickup truck. (Chevy ? Ton and GMC 1 Ton trucks are currently being used) Hitch type and size ? ball hitch, pickup has a 2 5/16 ball. Reflective tape on sides/rear of trailer (highway travel, DOT required) Wiring on the trailer must be truck-compatible with Chevy ?-ton and a GMC 1-ton trucks with commercial towing package. Tail lights must be light bulb-accessible, no closed assemblies. Electric trailer brakes (the hydraulics operate the lift only) The bed must be lifted by two hydraulic pistons to be able to lift the required weight (3 Tons) in all weather conditions. The hydraulic system will be battery operated. A single piston design may be acceptable if the design allows the trailer to be lifted with equal force on both sides of the front of the bed of the trailer. This is necessary to lift heavy loads that are not centered on the bed of the trailer. The Government reserves the right to request detailed design drawings for proposals of single piston trailers. The trailer will be dual axle, with a rear braking axle. The sides will be constructed of ? inch #9 Steel Mesh. The back gate will be two doors that are hinged on the sides and close together in the middle. The floor will be solid. The trailer will come with safety chains. The trailer will be ready for legal highway hauling upon delivery. ** We request that there be two separate quotes given: the first quote for a two piston system, and the second quote for a single piston system. Please give estimated shipping charges, if any. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor will be used to evaluate offers: Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 2:00 p.m. Central Standard Time 23 Feb 06. Offers can be faxed to Eric Schaffstein at 316-759-4533 or e-mailed to Eric.Schaffstein-02@mcconnell.af.mil
 
Place of Performance
Address: McConnell AFB, KS,
Zip Code: 67221
Country: United States
 
Record
SN00989713-W 20060218/060216212802 (fbodaily.com)
 
Source
FedBizOpps 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.