Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

23 -- Kentucky Trailer

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFP-0215644
 
Response Due
9/18/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. This solicitation is being issued as a Request For Quotation (RFQ) #0215644. This solicitation is being issued under Simplified Acquisition Procedures (SAP) authorized by Test Program. The North American Industry Classification System (NAICS) is 336212, Business size standard is 750 employees and is set-aside for small businesses. This will be a Fixed Price Contract. The Government intends to purchase on a brand name basis a 48? Kentucky Box Trailer with generator, manufactured by Kentucky Trailer Technologies, 1240 Pontiac Trailer, Walled Lake, MI. The prospective offer must meet the brand name description as follows: Vendor must be a single source manufacture of custom trailer systems. The single source manufacturer, (no sub-contracting), is required for warranty and security related concerns. All components and options are to be engineered into the main trailer structure at time of manufacturing. Items such as floor beams, reinforcements, side door openings, suspensions, HVAC systems, generating/electrical systems and side walls are engineered to be an integral part of the original trailer build with no aftermarket conversions. Trailer Shell: 48' Climate style dry van (single drop trailer). 2" insulated dry van. Two 10' double doors (1 curbside and 1 streetside diagonal to each other). Two 8' double doors on 5th wheel (directly opposite one another). Pre-painted black smooth sides (no rivets). Finished trailer height not exceed 156" (13'). Trailer must be built to non-standard 13' overall height, no "Cut-down" standard height trailer conversions. Tie Down Systems: Aircraft Tie Down (installed) Ancra aluminum tie down track flush mounted in floor, 2 strips mounted l' from exterior walls and 2 strips mounted 3' from exterior walls. Tracks to run entire length of trailer floor including floor of 5th wheel. Special Aircraft Tiedown to be built in at the time of trailer manufacture, not added as an aftermarket item. This insures that the tiedowns are fastened structurally to the trailer for maximum strength, not just screwed to the floor after the fact. Exterior/Paint: Smooth side with black imron paint (no rivets). 8 Polished aluminum 17.5" wheels. One 17.5" polished aluminum wheel (Spare tire). Rear freight door (barn style). Install louvers 2 each (2'x2' stainless steel). Powered Accessories: Milwaukee Power Gear 4 post hydraulic leveling system. 4-position hydraulic leveling gear and associated framing/structure must be built in at time of trailer manufacture, not added as an aftermarket item. Raise lower kit capable of 3" lift/lower Interior Finish: 2" insulation (non expanding). 1/4" plywood interior walls between uprights. 1 1/4" finished oak floors. Electrical/Lighting: Install Kohler Generator 30KW Diesel installed under trailer near landing gear with vibration dampening mounting. Install 80 Gallon low profile fuel tank on nose of trailer under HVAC unit. Install 12 volt electric fuel transfer pump near fuel tank with minimum 20' retractable hose. Install Sound attenuating generator housing. 5 wire receptacle generator hook up installed. 208 volt shore power with 200 amp panel, breaker, phase mounted in front wall of trailer interior. Install 200 amp transfer switch to switch from generator to shore power. Shore power extension cable 20' with two ends. Install and wire six 500 watt exterior flush mounted flood lights (fire research corporation model OPA200?S75...mounted three per each side of trailer). Install and wire one 500 watt (fire research corporation model OPA850-S75 flood light above rear top frame header and wire to electrical panel box. Install 12 interior 12 volt lights in ceiling of trailer with on/off switches located at trailer rear. Install six 110 volt exterior outlets with black weather protected housings on exterior of trailer (3 per side spaced such that they can be easily reached by someone standing on the ground). Install Baird 6 ton air conditioner unit with 20KW heat. Unit to be mounted on exterior nose of trailer and hard wired to electrical panel in trailer. HVAC System to be built in at the time of trailer manufacture, not added as an aftermarket item. Electronic thermostat installed in trailer interior near electrical panels with full electric control (on 5th wheel). Hvac duct to be ceiling mounted and to run length of trailer. Hvac grilles to be aluminum. Trailer brake/tail/turn lights to be high intensity Whelen 500/600 LED with signal alert (model 5SROOXRR). Install additional 6 wire connector to front of trailer to accommodate warning lights. Install and wire to 6 pin electrical connector twenty two Whelen 600 super LED warning lights (model 60BR6FCR) with red/blue LEDS with clear lens. Lights to be mounted per customer specifications (8 light per side of trailer 4 high/4 low and 6 light mounted on trailer rear high and low). Miscellaneous: Trailer to have air ride suspension. Trailer air brakes to have automatic slack adjusters. Trailer to be capable of safely being towed by a peterbilt Model 387 Tractor with 46.7" fifth wheel laden height (48.2" unladen), Swing clearance of 19", Maximum allowable fwd 5th wheel setting of 43", maximum dip angle of 7 degrees, 57" overhang, and mud flap ends angled at 45 degrees. It is the manufacturers responsibility to insure that the trailer (including mounted hardware) will not touch, rub or in any way contact the tractor during transport or severe turning scenarios. Based on a market research conducted, it has been determined that this is the only brand name product that meets the FBI?s requirement as the components and options are engineered into the main trailer structure at time of manufacturing and this integral designs and engineering build fully outfits the FBI?s tactical and response equipment without the need for unnecessary modifications. This is a major security and liability concern regarding the contents of the vehicle. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive bids. However, all bids received with fifteen (15) calendar days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Delivery is expected 120-150 days after receipt of order and drawings. Destination point: Quantico, VA. Warranty coverage: 1 year. All bids shall be submitted to the e-mail address: mischele.quarles@ic.fbi.gov or to the above address no later than 4:00 p.m., EST, Monday, September 18, 2006, and be clearly marked with RFQ #0215644. The Point of Contact for all information is Ms. Mischele R. Quarles, Contract Specialist, at the address and phone number listed. Bidders are hereby notified that if your bid is not received by the date/time and at the location specified in this announcement, it will be considered late. Each offeror shall include a completed copy of the FAR provisions at 52.212-1 Instructions To Offerors-Commercial Items (Jan 2006), 52.212.3 Offeror Representation and Certifications ? Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept 2005) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2006) is incorporated by reference and applies to this acquisition. Technical acceptability will be determined solely on the content and merit of the information submitted by the offeror in response to this notice. Fax proposals will be accepted at (202) 324-0570, proposal must state name, address and solicitation number. A technically acceptable proposal must clearly show that the offeror can meet the requirement of the Government. See Note 22.
 
Place of Performance
Address: Quantico Virginia
Zip Code: 22070
Country: UNITED STATES
 
Record
SN01132555-W 20060903/060901220654 (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.