SOLICITATION NOTICE
23 -- Heavy Equipment Trailer
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation - Central California Area Office (CCAO) 7794 Folsom Dam Road Folsom CA 95630
- ZIP Code
- 95630
- Solicitation Number
- 07SQ240070
- Response Due
- 6/19/2007
- Archive Date
- 6/5/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ 07SQ240061. This announcement constitutes the only solicitation; a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 423830 and the Small Business Standard is 100. Solicitation No. 07SQ240070 is being issued as a Request for Quote (RFQ) and will be awarded as a firm, fixed-price purchase order for Commercial Items to the offeror that provides the best value to the Government. The following are specifications that must be met: Heavy Duty Hydraulic Tail Trailer: 50 Ton distributed payload capacity @ 60 MPH, 70,000 LBS in any 10' area. 48' x 102" (including 8' tail section), 8' upper deck with a slope drop to the main bed. A 38" loaded deck height. Kingpin area at front of trailer shall be tied into the frame with a full width I-beam across the front maximum strength (C-channels not acceptable). An aluminum document holder to be mounted on driver's side of upper deck. 12-1/4" x 7 1/2" brakes to be full air with "S" Cam actuation to match the axle load rating and an individual power chamber for each brake. To be equipped with slack adjusters and non-asbestos brake lining. Must have spring actuated parking brakes on all axles with anti-lock brakes (4S/2M). Unloaded Fifth Wheel 48" from ground to face of kingpin plate. Swing Clearance is to be 18" from front of trailer to center of kingpin obstruction. The main frame is to be 1/2" x 5" wide flanges with 3/16" web I-beams, minimum of (22") deep. MF-80 high tensile steel designed for rated capacity of trailer for the entire length of the load bed with 14" ground clearance. Trailer bed shall be of a four (4) beam design. Rear trunion should have a bolster of 14 1/4" between axles, as well as a rear bolster of 1/4" MF-80 behind rear axle. This is for a main support for main hinge. Main bed crossmembers to be high tensile 6" Jr I-beams placed on 12" centers covered with 2" Oak decking and doubled screwed to every other crossmember. No tubing or C-channels allowed. The center of the rear axle to hinges to be 19" maximum for higher scaling capacity. Decking shall be furnished with 2" Oak raised and laid lengthwise with Oak to be attached to every crossmember with two (2) torque screws, and 1/4" floor plate textured with a diamond pattern placed over the wheel areas, tool box lids on upper deck, on neck slope, and on flip tail. The main tail is covered with 1 1/2 " Oak to provide a firm reliable floor and good traction for most equipment. The 4' flip under approach ramp is covered with 1/4" diamond pattern steel and manufactured with I-beam sides. There shall be a 1" x full width traction bars on main tail hinge and 5/8" x 24" traction bars on 8' main tail and 4'flip tail. The main tail hinge is to be constructed of a 1 9/16 OD x 1" ID steel tubing welded to the main trailer frame. D-rings on 4' centers on outside perimeter frame w/3 D-rings each side of upper deck. Two (2) toolboxes of upper deck recessed w/1/4" lids. 2-Speed landing legs with crank on driver's side. The suspension is to be a Hendrickson - Turner HT-250 air ride with a manual dump valve that will allow appropriate 13 degree load angle. Air tank rip cord to be provided for each air tank. The Dexter IMT, or equal brand axles shall be 5" round type 25,000 LB capacity with heavy hubs. The hub bearings shall be lubricated by oil captured in see-through oil seal hubs which provide easy to read oil levels. A spare tire, wheel and 12,000 LB winch up style, center front of upper deck, spare tire mount to be provided under main bed. E-odometer mounted near valves for ABS self diagnostics and mileage counter. Mud flaps with NO DEALER LOGOS. Tires are to be 215/75R x 17.5 16 Ply Radial Wheels are to be 6.75 x 17.5 disc-pilot mounted Warranty - Limited 5 Year Pro-Rated Major Structural Warranty or equal. This solicitation documents and incorporates provisions and clauses. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of FAR provisions or clauses may be accessed electronically at www.acqnet.gov/far: FAR 52.212.01 - Instructions to Offerors - Commercial Items; FAR 52.212-02. The following factors shall be used to evaluate offers in order of importance: a) Item offered must meet Government specifications; b) Price; FAR 52.212-03 Offeror Representations and Certifications-Commercial Items. To complete your Online Representations and Certifications (ORCA), contractors need to go to http://orca.bpn.gov; FAR 52.212-04 - Contract Terms and Conditions - Commercial Items; and FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Evaluation of Commercial Items. Any contractor to be awarded a government contract must be registered in Central Contractor Registration (CCR), http://www.ccr.gov. Any contractor submitting a quotation, offer or proposal to the Government must complete their Representations and Certifications online at http://orca.bpn.gov. Contractors must submit their Tax Identification Number (TAX ID) and Data Universal Number (DUNS) with their offer. Offers can be emailed to mspurgeon@mp.usbr.gov, faxed to 916-989-7296; or mailed to Bureau of Reclamation, 7794 Folsom Dam Road, Folsom, CA 95630, Attn: Marie S. Spurgeon. If quote is mailed it must be received by due on or about June 19, 2007, with award of contract on or about June 22, 2007. Questions regarding the specifications shall be directed ONLY in writing to Robert Adair, radair@mp.usbr.gov; (916) 989-7219. This solicitation documents and incorporates provisions and clauses. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of FAR provisions or clauses may be accessed electronically at www.acqnet.gov/far: FAR 52.212.01 - Instructions to Offerors - Commercial Items; FAR 52.212-02. The following factors shall be used to evaluate offers in order of importance: a) Item offered must meet Government specifications; b) Price; FAR 52.212-03 Offeror Representations and Certifications-Commercial Items. To complete your Online Representations and Certifications (ORCA), contractors need to go to http://orca.bpn.gov; FAR 52.212-04 - Contract Terms and Conditions - Commercial Items; and FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Evaluation of Commercial Items. Any contractor to be awarded a government contract must be registered in Central Contractor Registration (CCR), http://www.ccr.gov. Any contractor submitting a quotation, offer or proposal to the Government must complete their Representations and Certifications online at http://orca.bpn.gov. Contractors must submit their Tax Identification Number (TAX ID) and Data Universal Number (DUNS) with their offer. Offers can be emailed to mspurgeon@mp.usbr.gov, faxed to 916-989-7296; or mailed to Bureau of Reclamation, 7794 Folsom Dam Road, Folsom, CA 95630, Attn: Marie S. Spurgeon. If quote is mailed it must be received by due on or about June 19, 2007, with award of contract on or about June 22, 2007. Questions regarding the specifications shall be directed in writing to Robert Adair, radair@mp.usbr.gov; (916) 989-7219. Please reference RFQ 07SQ240070, on your quote.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=206500)
- Place of Performance
- Address: US Bureau ofReclamation 7794 Folsom dam Road Folsom, CA
- Zip Code: 95630
- Country: US
- Zip Code: 95630
- Record
- SN01311786-W 20070608/070607035412 (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 |