Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2002 FBO #0222
SOLICITATION NOTICE

23 -- 12 Ton Trailer Chassis with four wheels and six wheel heavy-duty trailer chassis

Notice Date
7/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
TACOM - Anniston, Directorate of Contracting, ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue, Anniston, AL 36201-4199
 
ZIP Code
36201-4199
 
Solicitation Number
DAAE24-02-Q-0090
 
Response Due
7/23/2002
 
Archive Date
8/22/2002
 
Point of Contact
THERESA WOODARD, 256 235-4118
 
E-Mail Address
TACOM - Anniston, Directorate of Contracting
(woodardt@anad.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This notice 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 consti tutes the only solicitation; quotes are being requested and a written solicitation WILL NOT be issued. The Solicitation number is DAAE24-02-Q-0090 and the solicitation is being issued as a Request for Quotation (RFQ). This solicitation document incorpora tes provisions and clauses in effect through Federal Acquisition Circular 2001-07. The North American Industry Classification System (NAICS) code is 421830 and the small business size standard is 100 employees. This solicitation is 100% set-aside for sma ll business concerns. LINE ITEM 0001 Furnish quantity of Seven (7), 12-Ton Farm Trailer Chassis with Four Wheels. The trailers shall be a Killbros model 1280 or equivalent. The trailer chassis shall have a minimum capacity of 24,000 pounds at speed less than 25 miles per hour. The trailer chassis shall come with a 70 to 72 inch tread width. The hubs shall be sealed, lubricated with grease and equipped with adjustable tapered roller bearings. The weight of the trailer chassis shall not exceed 1000 poun ds. The trailer chassis shall come with bolster stakes set for 42-inch width. The trailer wheelbase shall be adjustable from 120 inches to 144 inches. The trailer shall come with automotive type steering. The trailer shall come with 62 inch to 72-inch tongue length. The trailer shall be equipped with ribbed implement tires. The trailer tires shall be foam filled to prevent flats. LINE ITEM 0002 Furnish quantity of Nine (9) six wheel heavy-duty trailer chassis. The trailer chassis shall be a Knowles model TB 450-123 or equivalent that shall meet or exceed the following requirements. The trailer chassis shall have a minimum capacity of 45,000 pounds at speeds less than 25 mph. The trailer chassis shall be equipped with springs or a rocking bolster t o minimize frame stress when traveling over uneven ground. The trailer shall be equipped with heavy-duty taper roller bearing hubs that have 8 studs on an 8-inch diameter bolt circle. The studs shall be 5/8-inch diameter. The hub pilot shall be 6 inches in diameter. The trailer chassis shall be equipped with tandem rear walking beam type rear suspension. The trailer chassis tongue shall be equipped with a four-bolt hitch flange to accept a standard pintle ring type hitch. The standard bolt on pintle r ing has four 3/4-inch diameter holes on a 4.5-inch square pattern. The trailer chassis shall come with an 80 to 90 inch tongue length. The trailer tongue shall be spring loaded to maintain 8 to 12 inches ground clearance at the hitch flange when not hook ed to a tow tractor. The trailer chassis shall have automotive type steering. The trailer chassis shall be equipped with 6 each 8.25 x 15; twelve ply industrial tires and wheels. Minimum load capacity for each wheel, tire, and hub assembly shall be 8,00 0 pounds. Each tire and wheel assembly shall be mounted and filled solid with foam type flat proofing tire compound. The trailer shall be equipped with bolster stakes. The bolster width shall be 85 to 86 inches. The maximum height from the bolster top to the ground is 36 inches. The trailer tread width shall be from 120 to 125 inches. The wheelbase from center of the front axle to the center of the first tandem wheel shall be adjustable from 10 feet to 15 feet. Delivery shall be within 60 Calendar Days. FOB shall be destination. Ship to Address: Anniston Army Depot, Central Receiving Point, Bldg 513, Attn: AMSTA-AN-MNMA, (Brian Anderson) 7 Frankford Avenue, Anniston, AL 36201-4199. Provision at FAR 52.212-1, Instructions to Offerors-Commercial I tems (Oct 2000), applies to this acquisition. Exception is that the offer acceptance period shall be 60 days (re: paragraph (c)). Quote on company letterhead shall be signed (binding your company to Anniston Army Depot's terms and conditions) and dated and shall contain the following: solicitation number, terms of any express warranty, Contractor Central Registration (CCR) number, Dun and Bradstreet (DUNS) numb er, Tax Identification Number. Offeror shall include a completed copy of the provision of FAR 52.212-3 I (Apr 2002) and Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000 (Nov 95) Offeror Representations and Certifications--Commercial Items. Offeror can obtain the representations and certifications via http://www.arnet.gov, Virtual Library, Regulations, FAR and DFARS. EVALUATION /AWARD: Award will be made to the responsible offeror whose quote, conforming to the solicitation, will be most advantageous to the Government, considering price and price related factors. The following clauses apply to this acquisition and are incorporated by reference. (Applicable fill-in information follows clause number), FAR 52.212-4 Contract Terms an d Conditions - Commercial Items (Feb 2002); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002), 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-13, 52.232-33, 52.232-36 are applicable; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2002), 52.203-3, 252.205-7000, 252.225-7007, 252.225-7012, 252.225-7014, 252.225-7016, 252.243- 7002, 252.247-7023, 252.247-7024 are applicable. Other applicable clauses include: 52.219-6 – Notice of Total Small Business Set-Aside, DFARS 252.204-7004 – Required Central Contractor Registration. Local Clauses: 52.214-4705 - SIGNATURE AUTHORITY: (a) The individual signing this offer must have authority to bind the offeror to a contract. FAR 4.102(a) through (e) require that the contracting officer have specific evidence of the signer's authority to bind the offeror. This evidence of authority is a condition that must be met before the contracting officer can execute any contract resulting from this solicitation. (b) Offerors must provide evidence, appropriate to their business category, of the signer's authority to bind them on a contract. This evidence may be: (1) Furnished as an attachment to its offer; or (2) Identified in its offer by specific reference to an earlier offer submitted to this buying office within the past 12 months, where the signer's authority was confirmed by attachment to that offer; or (3) Furnished upon receipt of a specific request for the information from the contracting officer. (Note that, per FAR 52.214-12(b) and 52.215-13(b), agents signing on behalf of another offeror must provide evidence of their authority per (b)(1) or (2) ab ove.) 52.000-4706 - ELECTRONIC SUBMISSION OF OFFERS: All responses to this solicitation must be submitted in digitized format. Paper copy responses will not be accepted. You may submit your response to Anniston Army Depot (ANAD) using email (only to acqnet@anad.army.mil) or fax your offer to our fax modem at telephone number 256 235-4618. Offers submitted using any other means will not be accepted. If format is other than Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, or Portable Document Format (PDF), a reader must be provided. Offeror must insure its offer, in its entirety, reaches the Directorate of Contracting, Anniston Army Depot, before the time set for opening or closing of the solicitation. Any clauses or provisions of this solicitation which mention writing, returning, or submission of offer will mean electronic submission as stated in the paragraph above. Electronic offers must identify the solicitation and the opening/closing date, and include, as a minimum, the following: a. All applicable fill-in provisions from the solicitation must be completed. b. Any other information required by the solicitation. Lateness rules are outlined in the solicitation. If you choose to password-protect access to your offer, you must provide the password to ANAD before the opening or closing date. Contact the buyer identified on the cover page of this solicitation to arrange a means of providing the password. Passwords used only for the purpose of write protecting files need not be provided. Offerors shall make every effort to ensure that their offer is virus-free. Offers (or portions thereof) submitted which DO reflect the presence of a virus, or which are otherwise rendered unreadable by damage in either physical or electronic transit, shal l be treated as “unreadable.” See Federal Acquisition Regulation 14.406 or 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. RESPONSE TIME: QUOTES ARE DUE ON OR BEFORE NOON 23 JULY 2002. Quotes must be submitted by fax modem to (256) 235-4618 or email to acqnet@anad.army.mil. The point of contact for this acquisition is Kaye Nunnelley, (256) 235-4192.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAE24/DAAE24-02-Q-0090/listing.html)
 
Place of Performance
Address: TACOM - Anniston, Directorate of Contracting ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue Anniston AL
Zip Code: 36201-4199
Country: US
 
Record
SN00113703-F 20020712/020710215044 (fbodaily.com)
 
Source
FedBizOpps.gov 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.