Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2004 FBO #0906
SOLICITATION NOTICE

23 -- Build a 32 foot HAZ-MAT Trailer

Notice Date
5/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-04-T-0052
 
Response Due
6/2/2004
 
Archive Date
8/1/2004
 
Point of Contact
Tony Maes, (907) 353-7127
 
E-Mail Address
ACA, Fort Richardson
(tony.maes@wainwright.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; propo sals are being requested and a written solicitation will not be issued. (ii) This Solicitation will be issued as a request for quotation (RFQ) under the following Solicitation Number: W912CZ-04-T-0052. (iii) This Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This acquisition is a Small Business Set-aside, Size standards 500 Employees. The applicable NAICS is 441229. (v) This RFQ contains the Statement of Work: The Contr actor shall provide the following items: CLIN 0001 Build a 32”, 13,200lb Trailer (Specifications are listed at the end of the combined synopsis) CLIN 0002 Shipping and Handling for the Item in CLIN 0001. 3. SHIPPING: Items above shall be delivered to the Central Receiving Point, Bay 5, Bldg 601, ATTN: Bill Pugh, Fort Greely, Delta Junction, Alaska 99737, PH 873-4504. (vi) The listed items will be FOB to the above Destination. The delivery date is expected to be within 120 days ARO. (viii) The pro vision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors technically acceptable, price and delivery time. The contract wi ll be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items (Alt I) (xi) The clause at 52.212-4, Contra ct terms and Conditions, Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Cent ral Contractor Registration (Nov 2001) -- 252.212-7001 – Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) The following additional clause(s) cited in th is clause are also applicable: 252.225-7001 – Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Ter ms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.22 2-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37 , Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchase s (E.O. 12722, 12724,13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) The full text of clauses and provisions can be accessed at the following web address: http://arnet.army.mil/FAR. All offers are due no later than 12:00 noon, Alaska Time, 02 June 04. (xvii) For further information contact Tony Maes via facsimil e (907) 353-7302, or email: tony.maes@wainwright.army.mil. SPECIFICATIONS FOR NEW 32-FOOT HAZ-MAT TRAILER The following specifications describe a 32 Foot trailer expected to be acquired by the purchaser. The specifications detail the design features, materials, construction, and performance requirements of the trailer. 1.0 Certifications and Warranties 1.01 Unit must meet or exceed all DOT Standards for this type of unit. 1.02 Vender will supply a Title with the finished unit. 2.0 Size of unit 2.01 Body Length 32 foot 0 inches 2.02 Body Width 8 foot 0 inches 2.03 Interior Height (minimum) 6 foot 6 inches 3.0 Axles 3.01 Tandem axles will be on this unit. 4.0 Tires 4.01 Tire size will be 16inches. 4.02 Load Range shall be rated at no less than an “E” rating. 5.0 Hitch 5.01 Hitch Ball Size shall be 2 5/16. 5.02 Welded in place Safety Chains 6.0 Construction 6.01 Exterior shall be metal with 16 inch on-center wall Posts. 6.02 8 inch I-Beam Frame (minimum) 6.03 16 inch On-Center Cross-members 6.04 Metal Exterior Fenders will be attached 7.0 12 Volt Electrical System 7.01 All 12 volt wiring shall be completely weather protected with no direct exposure to the elements or road hazards. 7.02 All brake wiring shall be run through a conduit into a welded channel on the axle. 7.03 All Stop/Tail/Turn Lights shall be LED type. 7.04 All Wheel Electric Brakes w/12v Breakaway Switch will be included. 8.0 Flooring and Side walls 8.01 The flooring shall be a minimum of ¾” Exterior Grade Plywood. 8.02 The Interior sidewalls shall be a minimum of ¼” Plywood. 9.0 Required Color 9.01 The trailer shall be painted “RED”. 10.0 Options to be Included 10.01 The unit shall be equipped with a full width Ramp Door at the rear. 10.02 The unit shall be equipped with 1 aluminum Ramp Door Extension fitting the ramp door. 10.03 The unit shall have a 36 inch entry door with aluminum hinge & flush lock located on the Front Right side of the unit, with a Rubber Bumper Door Guard attached. 10.04 The unit shall be equipped with 5,000 lb (minimum) stabilizer scissor lift jacks on the rear. 10.05 The unit shall be equipped with a 7,000 lb. (minimum) swing away jack. 10.06 The unit shall be equipped with an exterior spare tire carrier. 10.07 The unit shall be equipped with stainless Steel wheel covers. 10.08 The unit shall be equipped with ATP Wrapped Corners & Front Stone Guard protection. 10.09 The unit shall be equipped with LED Clearance lights (Amber in color). 10.10 The unit shall be equipped with a 14 inch x 14 inch screened Roof Vent located on the center part of the roof. 10.11 The unit shall be equipped with 16 foot Canvas Roll-Up Awning on the Right Side. 10.12 The unit shall be equipped with (3) three 12-volt dome lights w/switch located in ceiling. 10.13 The unit shall be equipped with a 12 volt 30,000 BTU LP Gas Furnace with blower and thermostat. 10.14 The unit shall be equipped with a 40 lb LP tank and mounting bracket located on the front of trailer and plumed to the LP Gas Furnace. 13.0 Delivery (ii) 13.01 The finished unit shall be delivered to Fort Greely, Alaska 99737. Building 601, Door #5. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABQ/DABQ03/W912CZ-04-T-0052/listing.html)
 
Place of Performance
Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 35510, BLDG 3030 Fort Wainwright AK
Zip Code: 99703-0510
Country: US
 
Record
SN00588012-F 20040520/040518212514 (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.