Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
MODIFICATION

25 -- CHASSIS TANDEM AXLE

Notice Date
8/28/2007
 
Notice Type
Modification
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0139
 
Response Due
8/14/2007
 
Archive Date
8/29/2007
 
Description
AMENDMENT FOUR: This amendment changes the quantity from (50) chassis to (55) chassis. The closing date of 29 August 2007, 4:00 pm EST remains the same. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is unrestricted. NAICS Code 336212, size standard 500 employees. A firm fixed-price contract is contemplated. Award will be all or none basis. Solicitation Number N68836-07-T-0139 applies. Item 0001 ? Quantity: 50. CHASSIS, TANDEM AXLE. Chassis must be capable of carrying (1) 20 foot ISO or standard container. The following minimum specifications: OVERALL LENGTH 31 feet; OVERALL WIDTH 96 inches; BOLSTER HEIGHT 39 inches; GROUND CLEARANCE 10 inches; FIFTH WHEEL HEIGHT 52 ? inches; ESTIMATED WEIGHT 8000 pounds; GVWR 57000 pounds; MAIN BEAM fabricated I-Beam ? inch x 5 inch, T-1 (130,000 # yield) Top and Bottom Flanges, Neck Section Tapered from 8-5/16 inches to 24 inches, Main Rail 25 inches deep, over suspension 15-1/2 inches deep; CROSS MEMBERS fabricated 7-guage steel and 6 inch Jr I-Beam (Grade 572); UPPER COUPLER ASS?Y Fifth wheel plate minimum 5/16 inch thick HSLA steel plate spanning main frame. King Pin: AAR Kingpin. 16 inch Setting Hardness requirement of 380-420 Bhn to A depth of 1/16 inch. Upper coupler around King Pin reinforced by formed channels fabricated from ? inch steel. Drain holes minimum 3 inches diameter drain holes in fifth wheel plate located to prevent water collection; BOLSTER front 25 inches I-Beam design, Rear 20 inches deep I-Beam design; TWISTLOCK fixed AAR approved locks; LANDING GEAR two speed with heavy duty cushion foot shoes located 14 inches of King Pin centerline, Landing gear braced to be mounted with 5/8 inches of Grade 5 bolts. Crank Handle on Curbside (19 inches travel); TANDEM ASS?Y underlying single leaf 45 inches centerline for maximum roll stability; WHEELS 10 hole disc wheels- cast steel outboard pilot; AXLES 5 inches round, 77-1/2 inches track with quick change feature; BEARINGS tapered roller bearings, inner and outer; TIRES (8) 255/9HR 17.5; AIRBRAKES 16 ? inches x 7 feet air operated, ABS, Quick change feature with non-asbestos linings; MARKER AND CLEARANCE 2-1/2 inch marker lights (10205R ad 10205Y) plus 3 inch grommet; STOP, TAIL AND TURN LAMPS stop and taillights (40042R); WIRE HARNESS 7-pin harness with wounded plug connectors including ground to all markers and stop/turn tail lights; REAR FENDERS none, WALKWAY none, PAINT primmer with enamel top coat; MUDFLAPS required. Shipping to: Goose Creek SC. To be considered for award, offeror?s must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov 2) Central Contractor Registration at http://www.ccr.gov. Awardee must be registered at Wide Area Work Flow at https://wawf.eb.mil for electronic submission of invoices. This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. 52.202-1 Definitions; 52.504-4 Printed or Copied Double-Sided on Recycle Paper; 52-204-5 Women-Owned Business (Other than Small Business); 52.204-7 Central Contractor Registration; 52-209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and other Responsibility Matters; 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-4 Contract Terms and Conditions-Commercial Item; 52-533-1 Disputes; 52-233-3 Protest After Award; 52.247-34 FOB Destination; 52.212-2 Evaluation-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Item; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items, 52.203-6 Restriction on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 53.222-19 Child Labor-Cooperation with Authorities and Remedies, 52-222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds, 52.252-2 Clauses Incorporated by Reference; The following DFARs provisions and clauses apply to this acquisition: 252.203-7001 Prohibition o Persons Convicted of Fraud or Other Defense-Contract Related Felonies; 252.204-7004 Alt A Central Contractor Register, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by The Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52-203-3 Gratuities, 252-225-7001 Buy American Act and Balance of Payments Programs, 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7000 Buy American-Balance of Payments Program Certificate; 252-225-7031 Secondary Arab Boycott of Israel; Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. A Low Price Technically Acceptable evaluation technique will be used to evaluate offers. The contract resulting from this solicitation will be awarded to the responsible offeror submitting a technically acceptable offer, have acceptable past performance and the lowest evaluated price. Technical Capability: By submission of an offer, the offeror self-certifies compliance with all of the requirements contained in the solicitation and specifications. Technical Capability is the capability of the contractor to meet the requirement (Offerors are required to submit chassis specifications with quote) and Delivery Schedule (submit delivery schedule with quote submission.) Technical Capability is a pass/fail factor. 2) Past Performance 3) Price. The Government reserves the right to make an award to other than the lowest priced offeror. Evaluation factors other than cost or price, when combined, are equal to cost or price. The Government will assess each offeror?s past performance. Offerors, as part of this quote, shall contact their past performance references and request that each reference complete the Contractor Performance Data Sheet, attachment 1, and email the completed form directly to pamela.dutcher@navy.mil or FAX to (904)542-1098 before the due date of the solicitation. The Government may consider Past Performance Data Sheets received after the due date of the solicitation. The Government reserves the right to contact references for verification or additional information. Sources of reference may include previously performed contract or on-going contracts that are similar to the requirement of this solicitation performed for the Federal, State or local government and for commercial firms. The Government reserves the right to obtain information for use in the evaluation of past performance and all sources including sources outside the Government. Offerors lacking relevant past performance history will receive a neutral rating for this factor. This is a pass/fail factor. To be considered for award, the offeror must have an overall Past Performance Rating other than ?POOR?. The Government will assess the offeror?s past performance of (1) Quality of Product (2) Schedule (3)Business Relationships. Parties responding to this solicitation may submit their offer in accordance with standard commercial practice (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) CAGE Code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications 7) Sufficient technical information to evaluate for specification compliance. Proposal must be received no later than 14 August 2007 at 12:00 am EST. Submit to: Fleet and Industrial Supply Center, 110 Yorktown Ave Third Floor, PO Box 97, Naval Air Station, Jacksonville, FL, 32212-0097 or fax to 904-542-1098 or email to pamela.dutcher@navy.mil. This procurement is being processed under the authority of the test program for commercial items Section 4202 of the Clinger-Cohen Act of 1996.
 
Place of Performance
Address: Naval Munitions Center Detachment Charleston, 2316 Red Bank Rd Suite 100, Attn: Mr. Joseph Schipmann, Goose Creek SC
Zip Code: 29445-8601
Country: UNITED STATES
 
Record
SN01388085-W 20070830/070828222648 (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.