Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

25 -- 50 Ton Folding Gooseneck Trailer

Notice Date
3/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
AG-0343-S-06-0002
 
Response Due
4/7/2006
 
Archive Date
4/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 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. The solicitation number is AG-0343-S-06-0002 and this requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. The procurement is 100% set-aside for small business. See Numbered Note 1. The North American Industry Classification System (NAICS) number is 333999 -size standard of 500 employees. The USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807 intends to award a firm-fixed price contract for the acquisition of the following items. 50 TON FOLDING GOOSNECK TRAILER:Capacity - 50 Ton net capacity with estimated weight of 23,000 lbs?.Deck to be 24 ft. long and 102 inches wide with overall trailer length of approximately 50 ft. Decking to be 2 inch apitong full width. Rear drop to be 24 degrees (radiused)?.Gooseneck to be folding parallel link style with 13 HP self contained gas engine, with upper flange reinforcement, 6? double tapered nose piece with lift eye, and linkage lock pins on both sides?.Gooseneck tool well required over king pin area?Gooseneck controls to be located to the rear of gooseneck on driver?s side?Total of 14 lash rings 1? diameter with ? ? opening rated at 10,000 lbs. each?Outriggers: 24 full depth removable swing out for 2? boards?Flag pockets to be installed front of deck and rear of trailer. Warning beacon to be mounted at rear of trailer?..Rear bolster to be ? height with grousers?An excavator cut-out is required?Wheelboxes to be load bearing platform type with grousers on each wheelbox?.Suspension to be air ride?Three axles with 25,000 lb. capacity, 54 ? inch spacing. Air lift is required on third axle. Tires to be radial and load range to meet trailer capacity. Wheels to be hub piloted disc type?.Lights to be rubber mounted LED with modular harness?Mudflaps to be anti sway and anti sail?.Paint to be white?..Delivery to Missoula, MT The Contractor shall include all shipping and transportation cost in price proposal. The Contractor shall be responsible for any and all damages occurring in transit. All Equipment shall be delivered by April 30, 2006 or an alternate date may be proposed. The Equipment shall be delivered to Regional Fleet Shop at 1615 Catlin, Missoula MT, 59801 C/O Gerry Mainy, Fleet Manager. Final acceptance of delivered item under this contract shall be the responsibility of the Contracting Officer or his/her designee. Quality of the deliverables is subject to verification by the Contracting Officer?s Representative (COR) with the final payment to be withheld pending acceptance. Quotes will be evaluated in accordance with FAR 13.106-2. The Government will award a contract resulting from this RFQ to the responsible offeror(s) whose offer conforms to the RFQ, and is considered to be the best value to the Government. The following factors shall be used: Contractor?s ability to meet aspects of the specifications, past performance (provide 3 references of recent customers) and price. The government reserves the right to make award on initial quotes received without discussions. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3--Offeror Representations and Certifications--Commercial Items, FAR 52.212-4 Contract Terms and Conditions--Commercial Items, FAR 52.219-6 ? Notice of Total Small Business Set-Aside, FAR 52.204-6 ? Data Universal Numbering system (DUNS) Number, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity (E.O. 11246), FAR 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-3 ? Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act (41 U.S.C 10a-10d, 19 U.S.C. 3301 not, 19 U.S.C. 2112 note), FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.225-15 ? sanctioned European Union Country End Products (E.O. 12849), FAR 52.232-34 Payment by Electronic Funds-Transfer Other Than Central Contractor Registration (31 U.S.C. 3332). Vendors wishing to respond to this RFQ should provide the following: A price quote on company letterhead for the requested items showing unit price, delivery time if other than date specified above, payment terms, correct remittance address; past performance information, product literature; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items. The Government will consider all quotes received by 4:00 p.m MDT, April 7, 2006, USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807. Note: full text of the FAR can be accessed on www.arnet.gov/far/ .
 
Record
SN01013178-W 20060325/060323211749 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.