Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2007 FBO #1955
SOLICITATION NOTICE

23 -- 34' Gooseneck Trailers

Notice Date
4/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCGG1-07-Q-3WC281
 
Response Due
4/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 ? STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS ? AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. Solicitation number HSCGG1-07-Q-3WC281 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Circular 2005-16 ***The associated North American Industrial Classification System (NAICS) code for this procurement is 336214 with a small business size standard of 500 employees. All interested offerors may submit a quote. *** Manufacturer shall have at least 10 years experience in building fifth-wheel gooseneck trailers of the type described below and shall come with a comprehensive warranty no less than 3 years in duration. ***All interested offerors are invited to submit a quote for the following line item: LINE ITEM 0001: Two (2) each 34 foot fifth wheel gooseneck trailers with the following specifications: General Requirements: Fifth-wheel gooseneck configuration. Overall length: 34 ft. Overall width: 8-8.5 ft. GVWR 15,000# (no greater than). Payload capacity 9,000# (no less than). Basic Trailer Construction: Tubular steel frame or lightweight aluminum extruded frame. Cargo chassis shall be protected by a rust-inhibiting undercoat. Decking: 3/4 ? exterior grade plywood floor on cross-members spaced no greater than 16? apart. Structural angle bottom and top sills. Vertical posts shall be spaced no greater than 16? apart. Roof shall be constructed of a seamless (one-piece) aluminum material supported by one-piece aluminum roof bows. Exterior skin: pre-finished aluminum 0.030? thick or greater. Interior sidewall: 3/8? exterior grade plywood. Fenders: aluminum or galvanized and powder coated. Rear door: Spring assisted ramp door with full width hinge and door extension for easy loading and unloading. Curbside door: single door approximately 36? wide with step. Triple (3) axle configuration: heavy-duty torflex axles appropriately sized with EZ lube hubs having outside grease fittings. All axles shall have electric brakes. Brakes must be equipped with independent breakaway system. Wheel size: 15? or 16? with 6 or 8 lug pattern. Tires: radial construction trailer tires sized to exceed the axle carrying capacity. LED Exterior lighting shall meet all DOT regulations including conspicuity tape as required. Electrical Requirements: 50 amp 120/240 volt service panel with 50 amp main breaker. Electrical connections: capable of accepting electric service from a generator (120 volt operation) and a 50 amp rv plug 25 feet in length. 12 Volt Interior dome lighting with wall switch. 15 amp 120 volt duplex wall receptacle. Mechanical Requirements: 15,000 BTU Rooftop air conditioner. Miscellaneous Requirements: 2 5/16? Coupler. Tandem, 2-speed landing gear. Safety Chains in accordance with DOT standards. Spare tire and wheel with hanger. Use only non-corrosive mechanical fasteners. Minimum R5 insulation throughout. Doors shall be equipped with flush locking mechanisms. Tie down system installed the entire length of trailer (recessed in floor). DELIVERY SHALL BE FOB DESTINATION. ***Delivery shall be made to: USCG Station Venice, 436 Coast Guard Road, Venice, LA 70091. Delivery is required within 90 days after receipt of order. The Contractor shall deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. All responsible sources may submit an offer which shall be considered by the agency. Sources should have a valid DUNS number or the ability to obtain one, and also be registered in CCR (Central Contractor Registration). The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far . FAR 52.212-1 Instructions to Offerors?Commercial Items (SEP 2006); there are no addenda to this provision; FAR 212.2-2 Evaluation?Commercial Items (JAN 1999)- is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed, price, and delivery; FAR 212-3 Offeror Representations and Certification?Commercial Items (NOV 2006). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 212-4 Contract Terms and Conditions?Commercial Items (FEB 2007) with the following addendas FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(JUL 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil , FAR 52.204.8 Annual Representations and Certifications, FAR.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007) applies to this acquisition including subparagraphs: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.225-3 Buy American Act ? Free Trade Agreements?Israeli Trade Act (NOV 2006), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232.33 Payment by Electronic Funds Transfer- Central Contractor Registration NOTICE TO OFFERORS CONCENING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contract Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Quotes may be submitted on company letterhead stationary and must include the following information: Cost breakdown of parts and labor, Unit Price, Extended Price, Estimated Completion time frame, Description of commercial Warranty Payment Terms and discount offered for prompt payment. *** All quotes should be sent to USCG CEU Providence, Contracting Office, Attn: Laurie Cordeiro, 300 Metro Center Blvd., Warwick, RI 02886.*** Submission must be received by 4:00 PM Eastern time on 4/20/2007. Facsmile and E-mail quotes are acceptable and may be faxed to (401) 736-1704 or E-mailed to laurie.a.cordeiro@uscg.mil and jean.m.bretz@uscg.mil
 
Place of Performance
Address: USCG STATION VENICE, 436 COAST GUARD RD, VENICE, LA
Zip Code: 70091
Country: UNITED STATES
 
Record
SN01264213-W 20070404/070402220314 (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.