Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

23 -- Heavy Duty Ramp Trailer

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-06-T-0042
 
Response Due
6/29/2006
 
Archive Date
8/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provis ions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-09 dated 19 April 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 20060616. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting a credit card payment in their proposal. This commercial item acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 336212 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/i ndex.html. The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 3, Unit of Issue: Each, Description: Heavy Duty Ramp Trailer. The following minimum specifications are provided. 40,000 lbs payload capacity. Overall length 29 fe et. Overall bed length 24 feet. Trailer width 8 feet 6 inches. Flat deck 19 feet. Trailer weight 8000 lbs. Wheel stop at front. Lockable weather tight toolbox. Loading ramp 5 foot beavertail spring assisted fold over ramps adjustable to within 18 inches of each other. Adjustable pintle hitch. Tires 8 each, tire size 215/75R X 17.5 rated 4410 lbs each. Wheel size 6.75 X 17.5 steel disc pilot mounted. Landing gear, dual landing leg gear driven crank with pin drop foot (15-413). Hutch 9700 48,000 lbs capacity spring suspension with oil sealed hubs and outboard drums. Running gear 2 heavy duty 20,000 lbs capacity axles, 12.25 inches X 7.5 inches air brakes, ABS (2S/1M), auto slack adjusters and spring parking brakes on both axles. Trailer striped with reflector tape. 12 volt electrical system, 7 prong male connector, completed sealed beam light system, and watertight wire harness. All proposals shall include transportation cost to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Vendors that are subject to the Ariz ona Transaction Privilege Tax must include that cost in their proposal. Federal excise tax must also be included in the proposal. All proposals shall be clearly marked with RFQ number W9124R-06-T-0042 and emailed to Michael.McDaniel@yuma.army.mil or sent b y facsimile to 928-328-6534 no later than 29 June 2006, Noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 26 June 2006, Noon MST. Offerors tha t fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are inco rporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2006). Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to th e Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Ap r 2002). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005). FAR 52.247-34 FOB Destination (Nov 1991). 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) price, and iii) past performance. Technical proposals will be reviewed for compliance with the minimum specifications. Price will then be evaluated for all offerors whose technical proposal has be en determined acceptable. A past performance evaluation will be conducted for the technically acceptable, lowest price evaluation. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions require d to Implement Statues or Executive Order Commercial Items (Apr 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Au thorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2 001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer  Ce ntral Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 200 6) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Jun 2005), 252.232-7003 Electronic Submission of Payment Requests (May 2006), and 252.247-7023 Transportation of Supplies by Sea (M ay 2002) with Alternate III (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328- 6534 for notification of amendments. See Numbered Note 1. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01076068-W 20060624/060622222502 (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.