Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

23 -- 20 TON TILT DECK TRAILER REPLACEMENT

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L11PS01039
 
Response Due
8/22/2011
 
Archive Date
9/21/2011
 
Point of Contact
Richard P. Dandasan
 
E-Mail Address
richard.dandasan@blm.gov - 503-808-6220
(rdandasa@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation L11PS01039 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. All responsible sources may submit a quote which will be considered. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 333924 with an associated small business size standard of 750 employees. The Bureau of Land Management has a requirement to procure 2 TWENTY TON TILT DECK TRAILERS. The SPECIFICATIONS are: 1) 40,000 lb. (20 ton) capacity, 2) Approximate 31 ft. overall length and 102 inch overall width, 3) Approximate 26 ft. tilting main deck, 4) (8 ea.) 215/75 r X 17.5 16 ply low profile radial tires, 5) (8 ea.) steel disc wheel, 6) Spring activated knife-edge rear approach, 7) Adjustable height pintle eye, 8) 16,000 lb. capacity 2-speed crank style landing leg, 9) 50,000 lb. capacity spring suspension, 10) 12 1/4 in. X 7 1/2 in. air brakes w/ABS system, 11) (2 ea.) 20,000 lb. capacity 5 in. round axles, 12) Safety chains with hooks, 13) LED lights, 14) Stemco oil sealed hubs, 15) Outboard Brake Drums, 16) Parking spring brakes, 17) Automatic Slack adjusters, 18) Maximum deck height of 36 inches, 19) tool box in tongue, 20) Step or steps to climb onto deck, 21) Multilple D Rings or places to tie down equipment on each side of trailer. BLM shall trade-in 2 tilt deck trailers as part of this requirement. Specifications are: 1996 and 1997 Traileze 20 ton tilt deck trailers - tandem axle. Trailers have been well maintained and only hauled backhoes, front end loaders, and rollers. Trailers have never been overloaded. Images of the trailers are available at www.fedconnect.net, under the reference no. L11PS01039. The trailers are located in BLM, Roseburg District Office, 777 NW Garden Valley Blvd., Roseburg, Oregon 97471-6505. Trailers can be viewed by appointment only, Monday through Friday at 9:00 am to 11:00 am and 1:00 pm to 3:30 pm. Please contact Bruce Sconce at telephone number 541-440-4930 to set an appointment. Offerors must propose a trade-in allowance and credits against the purchase of all new equipment as part of their quotation. Quotes not addressing a trade-in allowance and credit may be deemed unresponsive. This will be a firm fixed-price contract with the Bureau of Land Management, 333 S.W. 1st Avenue, Portland, OR 97204. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government based on lowest price technically acceptable. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. QUOTATIONS SHALL INCLUDE: 1) Unit price per item and Total Amount., 2) Trailer Specifications 3) Dealer support information to get the warranty work and repairs done in Western, Oregon. 4) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below). 5) Quoters shall submit signed and dated quotes on letterhead stationery or SF-1449, identifying any payment discount terms. SHIPPING AND DELIVERY: Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the Bureau of Land Management. Product shall not be delivered on Saturday, Sunday, or federal holidays. Delivery location is at Bureau of Land Management, 777 NW Garden Valley Blvd., Roseburg, OR 97471-6505. DELIVERY DATE IS ESTIMATED: October 24, 2011 ACCEPTANCE: Final inspection and acceptance will be made by the Government at the place of delivery. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://www.doi.gov/pam/aindex.html. 52.247-34 F.O.B Destination (NOV 1991), 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, (DEC 2010), 52.203-3, Gratuities (APR 1984), 52.204-7 Central Contractor Registration (APR 2008), 52.212-4 Contract Terms and Conditions - Commercial Items, (JUN 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2010): 52.233-3 Protest After Award (AUG 1996), 52.233-4, Applicable Law for Breach of Contract Claim, 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperative with Authorities and Remedies (JUL 2010), 52.219-28, Post Award Small Business Program Re-representation (APR 2009), 52-222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010), 52.222 21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.225-1 Buy American Act - Supplies (FEB 2009), 52.225-2 Buy American Act Certificate (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33Payment Electronic Funds Transfer Central Contractors Registration (OCT 2003), Solicitation Provisions: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008). 52.212-2 Evaluation - Commercial Items (JAN 1999). Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (February 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Quotations shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. local time on or before August 22, 2011. FAX quotes will be accepted at 503-808-6312 and e-mail quote will be accepted at BLM_OR_SO_952_Mail@blm.gov. For questions contact Richard Dandasan at 503-808-6220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L11PS01039/listing.html)
 
Record
SN02529263-W 20110812/110810235848-3de4288036cb0d5ea973c2fffaac4aea (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.