Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

23 -- Purchase of Beavertail Equipment Transport

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401
 
ZIP Code
83401
 
Solicitation Number
AG-02NV-S-10-0044
 
Archive Date
6/30/2010
 
Point of Contact
Kellie Shaw, Phone: 208-557-5766
 
E-Mail Address
kjshaw@fs.fed.us
(kjshaw@fs.fed.us)
 
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; proposals are being requested and a written solicitation will not be issued. This is a request for quote (RFQ) No. AG-02NV-S-10-0044; proposal due date is May 14, 2010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 40, effective as of March 23, 2010. Non-manufacturers must furnish in the performance of the contract, the product of a small business manufacturer, which end product must be manufactured or produced in the United States. Small size standard for the manufacturer of the item would be 500 employees. Quantity and Unit of Measure is 1 each. Price proposal shall include delivery FOB to the USDA Forest Service Office, 4350 Cliffs Drive, Pocatello, ID 83204. USDA Forest Service has NO available means to unload trailer. The trailer may either be towed or hauled, but the trailer must be set on the ground prior to final acceptance. If trailer is hauled to Pocatello, Idaho, offloading shall be the successful offeror’s responsibility and cost. Delivery shall be coordinated with appropriate Forest Service personnel. GENERAL This project consists of supplying one (1) beavertail equipment transport trailer meeting all of the following specifications: 1.All equipment and accessories will conform to all applicable U.S. Federal Motor Vehicle Safety Standards (FMVSS) in effect on the date of manufacture. Equipment offered will be a standard production model offered by the manufacturer for a minimum of 5 years. 2.The trailer will be used in off road and mountainous conditions and must be able to withstand above conditions with limited flexing. It will have a life expectance of 15 years. 3.Minimum 58,000 lb capacity, maximum 70,000 lb capacity 4.Length shall be as follows: 28-foot platform plus 5-foot beavertail (approximately 13 degree slope) with 12-inches minimum clearance (beavertail to ground), tongue length approximately 7-feet. Fold-up loading ramps shall be attached to the rear of the trailer for loading equipment. Loading ramps shall be capable of loading a CAT D6M or equivalent crawler tractor with a cab, dozer, and ripper, weight 45,000 lbs. minimum. Ramps shall be the folding type and lay flat on the beavertail while in the transport position, and have spring assist. Ramps must be secured while in the transport position. Overall length shall not exceed 40-feet (not including the loading ramps). Ramps must also move/slide to within 48” to also load a car or pickup. 5.Overall width shall be 102-inches. 6.Overall height of trailer deck shall not exceed 38-inches (empty weight). 7.Trailer shall have three axles with seals, a spring suspension with grease fittings or lifetime lubricated shackles. The center axle shall be located approximately 243-inches from the front of the platform. Mud flaps shall be located directly behind tires on the rear axle. 8.The trailer shall have 12 16 ply rated 215/75R/17.5 steel belted radial tires, load range H, with steel ply sidewalls, mounted on disc-type wheels. A spare tire and wheel, matching the 12 above, shall be furnished and mounted on top of the tongue. The trailer must have adequate clearance in the wheel well to remove and change tires and wheels when the trailer is loaded to the maximum GVWR. 9.The trailer shall be equipped with cam-type air brakes with manual slack adjusters on all three axles. Brakes shall meet all the requirements currently required by the Department of Transportation. Air cans shall be mounted above bottom line of axels for off road use. 10.A minimum of eight “D” rings shall be mounted on each side of the trailer. Two additional “D” rings will be added on the front of the trailer and two added to the rear of the trailer. 11.Decking shall to be constructed of a minimum of 1 ¾-inch recycled rubber traction surface decking planks (Rumber or equivalent material) between outer frame rail and center beams. The deck shall be raised approximately ½-inch above the side members and main structure members so that crawler tractor grousers do not contact the steel. The middle of the trailer (approximately 30-inches) shall be covered with 7 pounds per square foot expanded metal grating so dirt, etc., will fall through. 12.The trailer hitch shall be heavy-duty, pintle-eye type drawbar and be adjustable for various heights and heat-treated for wear. The pintle eye drawbar shall be Premier, Model No. 127, or equal with a minimum rating of 25,000 pounds vertical tongue load and 100,000 pounds horizontal pull. 13.The trailer shall be equipped with a two-speed, adjustable, screw-type landing gear which provides maximum ground clearance for transporting. The jack shall be rated at 20,000 pounds minimum and adjustable for different hitch heights. 14.The entire lighting system shall be factory assembled and piped from junction boxes to lamps without splices, assuring a completely dry-sealed system to protect against abrasions, salt, mud, capillary action and physical damage. All lights, wiring, etc., shall comply with DOT Motor Vehicle Safety Standard No. 108 and Motor Carrier Safety Regulations. 15.Two 5/8-inch high-strength binding chains and safety hooks (NACM grade 80) shall be attached to the tongue, allowing sufficient length for adequate turning without binding. Do not weld on the chains. 16.Tool compartment installed in the tongue area with lockable lid. 17.Safety reflective marker tape shall be installed across rear of trailer and on all four (4) side corners. 18.Standard manufacture warranty – offeror shall provide warranty information with price quote and manufacture specifications. Delivery Date: On or before July 16, 2010. The provisions at 52.212-1, Instructions to Offerors—Commercial, and 52.212-2, Evaluation—Commercial Items are applicable. In addition to price and price-related factors (warranty, repair service locations), award evaluation will be based on past performance and compliance with solicitation requirements. These two evaluation factors evaluated together are significantly more important than price. In addition to price, offerors should include product literature of offer and information addressing the above factors in their proposals. Offerors shall include with their offers the provision at 52.212-3, Offeror Representations and Certification—Commercial Items. This may be obtained at https://www.acquisition.gov/far/. Clauses 52.212-4, Contract Terms and Conditions—Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items, apply to this acquisition. Additional applicable FAR clauses are 52.203-6 with Alternate 1, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.19, 52.225-1, 52.225-13, 52.232-33. Referenced provisions and clauses may be obtained at the above web site. Quotes are due by 3:00 p.m., May 14, 2010, at IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID 83401, ATTN: Kellie Shaw. Fax proposals will be accepted at (208) 557-5829. Contact Kellie Shaw at (208) 557-5766 for additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/02S2/AG-02NV-S-10-0044/listing.html)
 
Place of Performance
Address: USDA Forest Service, 4350 Cliffs Drive, Pocatello, Idaho, 83204, United States
Zip Code: 83204
 
Record
SN02121579-W 20100416/100414234927-90e97d0e90890b084515681193108665 (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.