SOLICITATION NOTICE
23 -- Heavy Duty trailers and yard tractors
- Notice Date
- 3/31/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
- ZIP Code
- 09335
- Solicitation Number
- W914NS-04-Q-0153
- Response Due
- 4/15/2004
- Archive Date
- 4/30/2004
- Point of Contact
- Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
- E-Mail Address
-
troncosom@orha.centcom.mil
- 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. This solicitation, W914NS-04-Q-0153 is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 21, effective 03/26/04 and DFARS Change Notice 20040323. The associated NAICS code is 336212. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for infrastructure improvement at Umm Qasar berths 1 through 8, specifically, heavy duty trailers and yard tractors, to be delivered 60 days ARO to, Port of Umm Qsar, Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a.) Line item 0001, sixteen (16) Yard Tractors. Specifications as follows: Cummins or equal QSB 5.9 Engine, 173 hp. @ 2200 rpm, 590 ft. pounds of torque @ 1500 RPM Racor or equal Fuel Filter/Water Separator (2 micron secondary/ final) Allison MD 3060 Automatic Transmission or equal (Transmission must have reverse lock out feature so that the brake must be depressed to shift into or out of reverse.) Also in addition to permanent sump screen filter, install an external spin on type filter in the oil cooling system of transmission. Rockwell FF961 or equal 12,000 lb. Front axle with 16.5? x 5? brakes Sisu or equal SRDP 66,150 LB. 10.59:1 ratio planetary drive axle 116? Wheelbase 50,000 lb. Yield steel mainframe with a Minimum RBM of 1,835,000 in lbs. (Resistance Bending Movement) per rail. Cab Corner Guard Dock Bumper Heavy Duty Bumper Mud Flaps and Brackets on drive axle. Raised Roof Cab (Without Window) Holstet or equal 15 CFM air compressor, three tank system. Bolt on mirror post Air Horn EG-344 Kysor or equal 3-way shut down system (Low Oil, Low Coolant level, High Coolant Temperature) Five-digit hour meter mounted on driver?s side of cab (able to read at ground level) Terminal connections for Two-way Radio in cab Strobe light wired through oil pressure switch Holland or equal FW-3500 Fifth wheel with automatic latch and driver controlled unlatch, rated 70,000 lbs. 70,000 lb. Lift rated 5? hydraulic cylinder 17? lift 10.00 X 20 MICHELIN or equal XZM TIRES Rear axle 1000 X 20 MICHELIN or equal XZE-2 b.) Line item 0002, sixteen (16) Roll-On / Roll-Off Truck with 20 GPM pump with 32? lift, 6? I.D. Cylinders OPTION PACKAGES for the Yard Tractor. Specifications as follows 50 Gallon round fuel tank mounted on curbside Cab air ride suspension Air ride seat with seat belt and retractor Manual hydraulic pump for cab tilt system 40,000 BTU heater/defroster for windshield Side and rear cab doors Overhead guard with vertical exhaust and trailer stops Holset 15 CFM Air compressor. 12 Volt low maintenance batteries Delco 21 SI 100 Amp Alternator Electric back-up alarm Stainless steel cab floor deck Cab and deck undercoating Paint cab and wheels white and chassis gloss black Consigned wiring harness c.) Line item 0003, sixteen (16) 45 foot twin-20 140K heavy duty bomb carts. Specifications as follows: Unit: Heavy duty corncless bomb cart style container trailer for dockside transportation of 20?, 40?, and 45? I.S.O. containers. Capacity: One-45? 140,000 Ib. container or (capacity limited by the tractor rear tire cap.) One-40? 140,000 Ib. container or One-20? 70,000 Ib container on rear or Two-20? 70,000 lb containers Mainrails: Center rail design using W24 x 68# rolled steel I beams. Grade ASTM A 572-50. Side Guides: 3/8? plate x 13? high comes with 7 ?? vertical section to accurately position containers that have various amounts of lower side rail recess. Top of guide as two bends: For extra strength and protection of top-pick masts. Guide inside width 96 ?? + 1/?-0?. Side Guide Supports: Side guides are supported by one-piece 10? x 10? tubes slide through the mainrails to provide strength and durability compared to outboard mounted supports. Front Guide: ?? plate x 12? x 72 ?? wide, sloped guide located at front to position and restrain 45? containers. Guide comes with open corners for installing or removing twist locks. Flip Up Guide: Heavy Duty flip up guide located between mainrails 5? from front of trailer. Purpose of guide is to efficiently and accurately position and restrain the front. 20? container of Twin-20 pick. It can also serve as a guide and stop for 40? containers. Lower vertical section of the guide is 6? high to make contact with two middle door lock rod keepers when the container is loaded with the doors to the front. The guide will be flipped up or down by one 3? diameter air cylinder acting on a lever mounted directly on the guide. Guide will be held up or down by spring force (air cylinder is required only to change position of the guide.) Guide controls mounted on front drive-side corner of bomb cart for operation by a person on the ground or by the driver coming down the tractor side steps. Center Spacer/ Stop: Heavy Duty spring loaded spacer/stop at middle of trailer. Purpose of spacer is to provide the correct distance between 20? containers for a Twin-20 pick as well as providing an anti-slide stop for single 20? container on the rear of the trailer. Lower vertical section of the guide is 16? high to make contact with two middle door lock rod keepers when the container is loaded with doors to the spacer. Rear Guide: 72 ?? wide, sloped guide located at rear to position and restrain all containers. Guide comes with open corners for installing or removing twist locks. Lower vertical section of the guide is 6? high to make contact with two middle door lock rod keepers when the container is loaded with doors to the rear. Landing Legs: Heavy duty bolt on 6? square lube style legs comes with rearward and diagonal cross bracing. Lower leg may be flipped and pinned up for use with dolly. Leg length with leg flipped down is set to provide a 40? pickup height of upper coupler plate. King Pin: Holland 2? SAE king pin mounted in ?? x 41? upper coupler plate. Plate has drain holes at front and rear for connected and disconnected to tractor scenarios. Suspension: One-Heavy Duty tandem axle single point spring beam suspension comes with 10-.788? x 5? leaves per side and 4? diameter SOLID trunnion pivot. 55? un-laden axle spacing. Axles: Two 5 ?? round 5/8? wall, 77? track, comes with 16 ?? x 7? quick change shoes, manual slack adjusters. Inner Bearing: 759/752 Outer Bearing: 740/742. Hub & Drums: Four ? 10 stud 11 ?? B. C. ?Budd? cast steel hub and drums comes with oil seals and hub caps. Complete with inner and outer wheel nuts. Wheels: Eight 7.5 x 20 Refurbished 10 hole dual steel wheels, painted white. Tires: Eight- 10.00 x 20 Solideal solid rubber tires. Air System: Air operated service brake system c/w type 30-30 spring actuated parking brakes on the front axle and type 30 chambers on the rear axle. Protected, color coded gladhands. All airlines routed through rubber grommets and fastened to trailer with rubber lines hose clamps. Air system includes a filter in the supply line to eliminate particle contamination in the brake system valves and brake actuators. Bumper: Heavy duty 6? x 6? vertical steel I-beams, 8? horizontal channel set at approximately 16? from ground plus 3? square tube braces from verticals to underside of I-beam. Paint: Sand blast entire frame, suspension and axles, prime and paint #5510-A2520 Beige using Hemple Acrylic Urethane. Paint system provided with written 5 year warranty against failure. Logos and lettering not included. Desired delivery date for all contract line items is 60 days after receipt of order. Delivery destination is the Port of Umm Qsar, Iraq; N30.05800, E47.95707. Delivery Duty Unpaid, Cost, Insurance & Freight (DDU/CIF). The provision at 52.212-1, Instructions to Offerors?Commercial applies to this acquisition as well as the following addenda: Offeror shall submit information on their past performance in like or similar acquisitions in the last three years. The Offeror will provide no more than two pages of past performance information. Use type characters no smaller that 10 pitch. Each instance of relevant past performance shall include the contract number and / or delivery order number, contract type, contract value, whether competitive or sole source, description of work, and customer point of contact including e-mail address and telephone number. Offeror?s technical proposal (including delivery terms) shall be no longer than five pages. Use type characters no smaller that 10 pitch. Offeror?s pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. No attachments are allowed. Only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. The Offeror?s technical proposal may also included one brochure for each line item or four pages containing pictures of the proposed solution. Offeror shall submit an original proposal and one copy. The proposal shall be easily segregated between price, technical and past performance. Both the original and copy may be transmitted via e-mail. The copy of the proposal submitted is for evaluation purposes and shall not bear any logos, trademarks, company names or points of contact information that would identify the Offeror. The provision at 52.212-2. Evaluation?Commercial Items applies to this acquisition as well as the following addenda: The Contracting Officer will evaluate quotes on the basis of technical, price and past performance. The selection of a contractor for award will be based on the quality and specification strength in the area of the Offeror?s technical proposal. Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. In the technical proposal, Offerors shall also discuss whether they will be able to comply with the delivery requirements. The price will be considered. Offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. Offeror?s record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the Offeror?s quote. The technical and past performance proposals will be more significant then the price. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications?Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders?Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The quote / proposal is due at 1700 hours, Baghdad time, on 15 April 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, clementsc@orha.centcom.mil. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq.
- Place of Performance
- Address: The Port of Umm Qsar
- Country: Iraq
- Country: Iraq
- Record
- SN00557770-W 20040402/040331212639 (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 |