Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

23 -- Provide (4)Four HOLDEN (8)Eight Ton equipment trailers for the Oregon Army National Guard

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W66UYG-1025-2099
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Benjamin Hittle, 503-584-3770
 
E-Mail Address
USPFO for Oregon
(benjamin.hittle@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. CLIN 0001 Four (4) HOLDEN Eight (8) ton tandem axle equipment trailers meeting following specifications: (a) Tandem axles have 8,000 pound minimum capacity each. (b) Brakes will be air actuated with park feature (c) Tires will be 215/75R 17.5 LR H rated (d) Wheels will be 17.5 x 6.75HC, 8 Hole, single, steel (e) Platform will be 16 feet in length, 8 feet in width, (f) Platform decking will be oak treated wood (g) Platform height will be 36 inches (h) Safety ledge will have 7 inch front header, sides will have none (i) Drawbar will be 4 fee, with 1 foot adjustable, for 5 feet total (j) Beavertail will be 5 feet self cleaning (k) Ramps will be 5 feet fold over, with spring assist both ways (l) Towing device will be a 3 inch pintle to fit FMTV and 900 series military vehicles (m) Safety chains will be inch P-70 with hooks (n) Jack will be tandem 12,000 pound drop leg (o) Lashing rings will be 6 pairs (p) Light package will be DOT/ICC, 24 volt, LED lights and military blackout lamps (q) dummy gladhands and tire chocks will be included (r) Toolbox and BII tray will be in drawbar area (s) Rear pivot mount stabilizer legs, one on each side (t) Color will be CARC Tan (u) Spare tire/wheel, winch mounted under deck (v) Payload will be 16,000 pounds capacity highway use (w) Tare weight is 6,520 pounds, G.V.W.R. 22,520 pounds (x) Overall length is approximately 26 feet (y) Overall width is approximately 8 feet (z) Suspension will be heavy duty, 16,000 pounds capacity minimum Will be delivered to: 234 EN CO 33205 Patriot Way Warrenton, OR 97148 Vendor must include name, point of contact, telephone no., fax no., email address, tax id no., duns no., cage code, and delivery date on the quote. Evaluation Factors: Technical and past performance, when combined, are significantly more importance, when compared to price. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer which is both technically acceptable and shows satisfactory past performance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: SSG Benjamin Hittle, Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to Benjamin.hittle@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W66UYG-1025-2099/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN02409464-W 20110327/110325234504-482965e65493e7f41209cf0bdf74f05f (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.