Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

23 -- 50-Ton Capacity Lowbed Equipment Trailer

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-NM NEW MEXICO STATE OFFICE* PO BOX 27115 1474 RODEO RD SANTA FE NM 87505
 
ZIP Code
87505
 
Solicitation Number
GDQ060040
 
Response Due
7/6/2006
 
Archive Date
6/15/2007
 
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; offers are being requested and a written solicitation will not be issued. Solicitation number GDQ060040 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. NAICS is 441229 with an associated small business size standard of 500 employees. PSC is 2330. Fair and reasonable offers will be evaluated in a cascading process with preference to 1.) Service-Disabled Veteran-Owned Small Businesses; 2.) 8a; 3.) HUBZone; 4.) All other small businesses. Contract Line Item Number 0001: Fontaine Specialized Model TA51H or Equivalent: 1 Each at $___________. FOB: Destination to 435 Montano Boulevard, Albuquerque, New Mexico 87107. Minimum specifications are as follows: Nominal 50-ton capacity, low bed, double drop deck, equipment trailer with detachable, self-contained, self lifting goose neck; the gooseneck power unit shall be a gasoline powered, electric start, unit, capable of a minimum 3,000 psi, Honda engine or equal; the gooseneck shall be non-ground bearing, self lifting, with 4 positions for trailer height adjustment; trailer shall have minimum 20,000 capacity axles. Triple axles shall have a maximum of 54 inch spacing; maximum empty weight of trailer shall not be greater than 18,000 pounds; main members in the trailer shall be constructed of minimum 100,000 psi steel to minimize weight; maximum 42 foot overall length.; drop deck length to be minimum 20 feet; maximum 102 inch width without outriggers extended; 28 inch maximum loaded deck height; trailer shall be pre-cambered to maximize loaded ground clearance; minimum 8 inches loaded ground clearance under center of fully loaded deck; gooseneck for 54 inch fifth wheel height with floating J700 kingpin; kingpin to be set not less than 13 inches back from front of gooseneck for a minimum 82 inch swing clearance; gooseneck shall be maximum 130 inches long, with a flush mounted, lockable, tool storage area; ten bolt, hub piloted, cast spoke, wheels with minimum 255/70R22.5 14PR on/off road tread tires; budd type hubs required; spare wheel and tire required; anti-sail mud flaps required; air ride suspension required with air gauge and dump valve required; spring brakes on all axles with automatic slack adjusters; brakes shall be rated for full axle load at 65 MPH; minimum 12.25-in x 7.5-in ABS brakes for mountain operation; oil lubricated hubs; hub mileage meter with protective guard required; midships turn signals required; sealed beam or LED lights required; required receptacles for over size load lights, two at the front and two at the back of the load deck; required well in rear deck for excavator bucket arm; deck shall be wood or Ruboard covered with wheel covers with traction cleats; minimum 2.5 inch thick treated hard wood or Ruboard decking; twelve inch outriggers required with double outriggers required at the front of the trailer and at joints in the outrigger decking; outriggers shall support a 2.5-inch by 10-inch plank flush with the deck; required minimum 6 tie downs points on each side, evenly spaced along the sides of the deck; painted manufacturers standard high visibility color with conspicuity markings; standard commercial warranty. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. By the provision at 52.212-2, Evaluation-Commercial Items, offers will be evaluated according to technical capability to meet government requirement; price; projected delivery date; and past performance (listed in descending order of importance). When combined, technical capability and price are approximately equal to cost or price. As of January 1, 2005, contractors are no longer required to submit a paper copy of certifications and representations; however, an online application must be completed by accessing http://orca.bpn.gov. Offeror must have an active Central Contractor Registration profile in http://www.ccr.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. No addenda are attached. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses also apply: 52.204-06, Data Universal Numbering System (DUNS) Number; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; and 52.225-1, Buy American Act - Supplies. Written offers on a company letterhead with contact information are due no later than 3:00 PM Central Time Zone on July 6, 2006 by mail or in person at BLM Branch of Acquisition Support, 1474 Rodeo Road, Santa Fe, New Mexico 87505; by facsimile to 505-438-7508; or by electronic mail to Jericho_Lewis@blm.gov. Offer must include all applicable fees including delivery fee, specifications for brand/model if equivalent, and projected delivery date. For technical information on the requirement contained in this Request for Quotation, contact Michael Jojola at 505-761-8906 or Ernest Chavez at 505-761-8740.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1105973)
 
Place of Performance
Address: Albuquerque, New Mexico
Zip Code: 87107
Country: USA
 
Record
SN01070953-W 20060617/060615222005 (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.