Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

23 -- Trailer for delivery of shipping containers

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-8203-0001
 
Response Due
9/10/2008
 
Archive Date
11/9/2008
 
Point of Contact
Diane Johnson, 801-245-2312<br />
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation W67K2S-8203-0001 is being issued as a Request for Quotation. Requirement is an UNRESTRICTED acquisition. The NAICS code is 333924 and the Standard Industrial Classification (SIC) 3715 applies to the procurement. The solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. SPECIFICATIONS: The Utah National Guard has a requirement to purchase a Trailer for delivery of shipping containers. Trailer will be delivered to the Utah National Guard Headquarters in Draper, Utah 84020. Trailer shall include at a minimum: GVW 40,000 lbs Overall length 53 Deck Length 446 Overall Width 102 and 104 Deck Height 34 Tilt Angle 10-degrees Main Frame 12 @ 26 lbs High Strength Steel Side Rails 8 x 4 x thick Expandable Curbside Rail expands from 102 to 104 to handle the 102 wide domestic 48 containers; retracts after delivery to legal width of 102 Mud flaps 20 Hydraulic Two lift cylinders Loading System a chain drive (or equal) delivery system to off-load shipping container. Winch 12,000 lbs capacity winch to accompany the delivery system. Landing Gear Tandem Support legs 2 speed Kingpin 2 Diameter Coupler Lights ICC 12-volt with mid-mount turn signal Flooring smooth steel plate Auxiliary Hydraulic Power Unit Consisting of 20 HP Engine and Hydraulic Motor to Power Winch, Tile and Sliding Axle Mechanism Spare Tire, Rim and Carrier (Curb side mounted) Four each 4 wide load straps and ratchets Running Gear Suspension Four each Spring Tandem Axles 22,500 lb. Capacity Brakes Air, Parking Feature, Auto Slack Adjusters, ABS Brake System Wheels Ten hole. Stud piloted Tires 215 /75R 17.5 16-ply tubeless radials ICC bumper APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (c) FAR 52.222-21 - Prohibition of Segregated Facilities (d) FAR 52.222-26 - Equal Opportunity (e) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (f) FAR 52.222-50 - Combating Trafficking in Persons (g) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (h) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (i) FAR 52.233-3 - Protest After Award (j) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (9) DFARS 252.211-7003 - Item Identification and Valuation (10) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFAR 252.225-7035 Alt I Buy American Act Free Trade Agreements Balance of Payments Program Certificate; (b) DFARS 252.225-7036 Alt I Buy American Act Free Trade Agreements Balance of Payments Program; (c) DFARS 252.232-7003 - Electronic Submission of Payment Requests (d) DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) offerors capability to provide a quality product that meets the needs of the government; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. INSTRUCTIONS: Offers shall include (1) A detailed cost proposal, to include product and shipping to Draper, Utah 84020; (2) Descriptive literature of items to be provided; (3) List of at least three of the most current past performance references for similar work covered by this solicitation; (4) Completed provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer may cause your offer to be considered non-responsive. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Offerors may obtain information on registration at www.ccr.gov. Offers shall be received NLT 2:00 P.M. MDT on September 10, 2008. Offers may be sent via e-mail to Diane Johnson @diane.n.johnson@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=88ce3f7ce9b94da46016b765307646e8&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT<br />
Zip Code: 84020-2000<br />
 
Record
SN01656775-W 20080904/080902220330-88ce3f7ce9b94da46016b765307646e8 (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.