Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

23 -- YELLOWSTONE PARK TO PURCHASE A NEW LOWBOY EQUIPMENT HAULING TRAILER

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574065048
 
Response Due
8/18/2006
 
Archive Date
8/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574065048. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-04 and are available in full text through Internet access at http://www.arnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 423810 and the small business size standard is 100 employees. Yellowstone National Park requires one (1) new lowboy equipment hauling trailer. Quoted price should include delivery to Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park WY 82190. The following is a description of the requirements for this acquisition: General Description and Specifications for Equipment Trailer 1. General Construction " Trailer to be manufactured from at least 80,000 pounds per square inch yield strength steel " 4-beam main frame construction. Web and flange of beams must be one piece " At least 10" I-beam cross members on 24" centers, with additional 4" cross members in outer bays on 12" centers " Trailer must have a minimum of 6" ground clearance, 24" deck height, 50" fifth wheel height (Loaded) " The loading deck must be at least 24' long with 102" overall deck width " Swing-out outriggers with planks " 16 D-rings (8 per side) " A minimum of 1" Hard Wood decking (raised) " At least a 13' gooseneck with 111" swing clearance, equipped with full fenders " 13" kingpin setting " The trailer must be constructed with a Gooseneck that does not require ground bearing pads for lifting " Tool Box built in gooseneck " Hydraulic self-lifting detachable gooseneck (has ability to lift above or below transport positions) " Hydraulic gooseneck support arm " Removable rear fenders, engineered to take load of standard construction equipment " 20 Ton Hydraulic Winch built into gooseneck " Flag holders built into rear bumper " Mud flaps " Rubber mounted sealed LED lights and sealed harness system " Mid-turn signal/clearance light " Strobe lights built into rear bumper " Electrical system per DOT regulations " 7-pole electrical socket " Trailer must be painted School Bus Yellow Imron 5000 NO662EA 2. Suspension " 3 Axles rated for at least 22,500 lb. " Air ride suspension with rear raise lower kit " Air operated retractable rear axle " Trailer to be manufactured with connection points for rear flip axle that can be added later " All hubs must be oil seal 3. Wheels, Tires and Brakes " 22.5 16PR radial tires correctly sized for the gross weight of trailer " 10-hole pilot mount wheels " Trailer must be equipped with spare wheel and tire mounted on trailer " The brake system must be equipped with at least 16" x 7" Anti-lock air brakes system " Automatic slack adjusters ITEM 0001 LOWBOY TRAILER $_____________________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52232-33 Payment by Electronic funds Transfer - Central Contractor Registration. QUOTES ARE DUE for this combined synopsis/solicitation on August 18, 2006 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Facsimile Quotations are acceptable with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. All questions regarding this solicitation should be faxed to Patty Oestreich, 307-344-2079. Email questions are acceptable to patty_oestreich@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2237044)
 
Place of Performance
Address: YELLOWSTONE NATIONAL PARK WY 82190
Zip Code: 82190
Country: US
 
Record
SN01103384-W 20060803/060801221431 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.