SOLICITATION NOTICE
23 -- Build a 20 Foot, 770lb Trailer
- Notice Date
- 5/21/2004
- 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-0055
- Response Due
- 6/4/2004
- Archive Date
- 8/3/2004
- Point of Contact
- Tony Maes, (907) 353-7127
- E-Mail Address
-
Email your questions to 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-0055. (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 20 foot, 770lb 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 provisi on 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 will b e 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, Contract t erms 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 Central 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 this c lause 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 Terms a nd 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) 52.222-26 , 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, Em ployment 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 Purchases (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, 04 June 04. (xvii) For further information contact Tony Maes via facsimile (9 07) 353-7302, or email: tony.maes@wainwright.army.mil. SPECIFICATIONS FOR NEW 20-FOOT TRAILER The following specifications describe a 20 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 20 feet 0 inches 2.02 Body Width 7 feet 0 inches 2.03 Overall Length 24 feet 0 inches 2.04 Overall width 8 feet 6 inches 2.05 Overall Height 8 feet 0 inches 2.06 Interior Length 19 feet 9 inches 2.07 Interior Width 6 feet 9 inches 2.08 Interior Height 6 feet 0 inches 2.09 Platform Height 21 feet 3.0 Axles 3.01 Tandem axles will be on this unit. 3.02 Axle type will be 4 inch Drop. 3.03 Suspension type will be Torflex. 4.0 Tires 4.01 Tire size will be 15 inch 4.02 Load Range shall be rated at no less than a C rating. 4.03 Wheel bolt pattern will be 5-bolts/4.5 5.0 Hitch 5.01 Hitch Ball Size shall be 2 5/16. 5.02 Hitch to top of ball shall be 20 inch 5.03 Hitch Weight (% of curb weight) shall be 10-15%. 5.04 Curb Weight shall be 2,570 lb. 5.05 GVWR shall be 7,700 lbs. 5.06 GAWR shall be 7,000 lbs. 6.0 Construction 6.01 Corner Posts will be radius steel corner posts front and rear, extend to the bottom of the frame providing the maximum welding surface. 6.02 End rails and corner posts will be welded together both horizontally and vertically and gusseted for long lasting durability. 6.03 All door openings shall be welded with formed steel channel headers and gusseted for rigid anchoring. 6.04 Roof bows shall be one piece galvanized steel hat sections welded directly to top sidewall sills. 6.05 The Main rail shall be constructed of heavy-duty tubular steel main rail. 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. 8.0 Flooring and Side walls 8.01 The flooring shall be a minimum of ???? inch Exterior Grade Plywood. 8.02 The Interior sidewalls shall be a minimum of ???? inch Plywood. 9.0 Required Color 9.01 The trailer shall be painted in Victory Red. 10.0 Options to be Included 10.01 The unit shall be equipped with a 5 feet wide Ramp Door at the rear. 10.02 The unit shall be equipped with a 47 ???? inch wide aluminum Ramp Door Extension. 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 3,000 lb corner post jacks. 10.05 The unit shall be equipped with a 7,000 lb 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 24 inch ATP with Wrapped Corners (Stone Guard). 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 (3) three 12-volt dome lights w/switch located in the ceiling. 10.12 The unit shall be equipped with a 12 volt 30,000 BTU LP Gas Furnace with blower and thermostat. 13.0 Delivery 13.01 The finished unit shall be delivered to Fort Greely, Alaska 99737, building 601, Door #5
- 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
- Zip Code: 99703-0510
- Record
- SN00590419-W 20040523/040521212154 (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 |