Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
MODIFICATION

23 -- Amendment to add Question & Answer document-Sooner Aluminium Fronteir Horse Trailer

Notice Date
9/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-12-T-0191
 
Response Due
9/20/2012
 
Archive Date
11/19/2012
 
Point of Contact
erica chin, 7195263649
 
E-Mail Address
MICC - Fort Carson
(erica.e.chin.mil@mail.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. This announcement constitutes the only solicitation. Solicitation Number W911RZ-12-T- 0191. The Mission Installation Contracting Command (MICC)- Fort Carson intends to award a Firm-Fixed-Price Contract for a Sooner Eight Slant Trailer. The North American Industrial Classification System (NAICS) code for this procurement is 336212 with a small business size standard of 500 employees. This solicitation document & incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This requirement is a Small Business Set Aside. The Contractor shall propose the following Contract Line Item Numbers (CLINS): Note: All specifications are Brand Name or Equal. If quoting "other than" brand name item, please include product specifications, model number and part number. Quotes shall include diagrams and or pictures of proposed horse trailer. Site visits may be requested. CLIN 0001 ITEM DESCRIPTION: Sooner Aluminum Frontier Horse Trailer MODEL NO: 01799917 QTY: 1 MINIMUM SPECIFICATIONS: Construction Features: Basic four Horse Trailer with added 12 Feet in length, adding four extra stalls. Shall have the minimum capacity of transporting 8 horses safely with dividers. Exterior Color of Trailer shall be black and standard aluminum color exterior triple hollow core aluminum slat walls From Gooseneck wall to the center of the 5th wheel gooseneck pin shall be a minimum clearance of 8 feet 6 inches for turn radius for double axel M915 Freight Liner Semi Truck, 72 " gooseneck floor to ground clearance 7' 6" Inside Height- 8'Outside Width Total trailer length shall not exceed 46FT All aluminum construction with single piece aluminum roof Interlocking extruded plank flooring with 2" x 4" I-beams Triple 7,000 lb (tandem) rubber torsion axles 7 17.5"-8 Hole Wheels and 14 ply tires Air/hydraulic brakes Full length running boards with tear drop fenders Double leg landing gear with removable crank handle.040 black aluminum sheets with stainless nose Extruded aluminum slat outside of horse area LED brake and running lights Solid wall separating dressing room from horse area 12 exterior tie rings Kingpin hitch with 2 5/16" adjustable coupler Breakaway switch with battery and slip hook safety chains Spare tire Adjustable 5th Wheel - RV style 2 inch pin Gooseneck reinforcement 50 gallon water tank with spigot 8'x 8' Hay rack wrapped with black skin Dressing Room Features: 4' shortwall dressing room with door placement on roadside One 18" x 24" window with screen on each side of gooseneck Carpeted dressing room floor, drop and gooseneck bed Camper door with 18" x 24" sliding window Blanket bar, brush tray, clothes rod and six halter hooks Additional saddle rack location Two interior lights in dressing area Horse Area Features: Horse area walls lined and insulated with white aluminum Rubber installed 48" high with white aluminum lining above Aluminum kick plate behind rubber lining One inside tie ring per horse (8) Lifetime rubber floor mat in horse area One streetside drop down feed door with window and bars per stall (8) One curbside 18" x 24" window with bars and screen per stall (8) One Slant stall divider with body, shoulder and head separator per stall (7) One Fully recessed slam latch per divider (7) Side entry ramp 60" tall x 78" wide with double doors above should be placed curbside at the 2nd and 3rd stalls One pop-up two-way aluminum roof vent per stall (8) 55/45 rear doors with 18" x 24" window on load door Cam locks and locking keyed hasps on rear door Padded aluminum bar at rear load door and side access door Curbside LED light strip in horse area One interior light in rear tack Fold-up rear tack wall (lined one side) One saddle rack per horse (8) in rear tack (removable) One set of six halter hooks in rear tack 8 stall manger package with 4 roadside exterior access doors to storage compartments underneath mangers to include 4 domes with light switches Stall width should be a minimum of 40" wide (Two 15500 BTU A/C with heat strips to include motor bases) one placed in the 1/3rd forward and 1/3rd back for horses comfort, one vent placed forward with direct venting for dressing room comfort. Warranty Plan 1 year bumper to bumper warranty 3 year limited warranty 8 year structural warranty 8 year service plan package to cover yearly maintenance and protect the integrity of the manufacturer's warranty Add a response time requirement: Contractor shall be capable of responding to warranty work requirements within 48hrs, at no additional costs to the Government. A request for a site to view the vehicle which will be primarily responsible to pull the requested horse trailer will be entertained during the question and answer phase of the solicitation. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/ or www.acquisition.gov/far/. Provisions: 52.211-6 Brand Name or Equal 52.212.2 Evaluation Factors 52.212-3 Certs and Reps 52.212-3 Alt I Certs and Reps 52.237-1 Site Visit 52.212-1 (Instructions to Offerors- Commercial Items) is applicable to this acquisition and is included in paragraph (a), (b), and (c). 52.237-1 Site Visit 252.225-7031 Secondary Arab Boycott of Israel 252.209-7999 deviation 2012-O0004 representation by Corp regarding an Unpaid Delinquent Tax Liability Clauses: 52.204-7 (Central Contractor Registration) 52.247-34 (FOB Destination) 252.204-7003 (Control of Government Personnel Work Product) 252.204-7004 Alternate A, (Central Contractor Registration) 252.211-7003 (Alt I Item Identification and Valuation) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.209-6 (Protecting the Government's Interest when sub contracting) 52.204-10 (Reporting executive compensation and first-tier subcontract awards) 52.209-10 (Prohibition on contracting with Interested Domestic Corp) 52.219-28 (Post award Small Business Representation) 52.222-3 (Convict Labor) 52.222-19 Child Labor-Cooperation with authorities and remedies 52.222-21 (Prohibition of Segregated Facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222.50 (Combating Trafficking in Persons) 52.223-18 (Contractor Policy to Ban Text Messaging While Driving) 52.223-5 (Pollution Prevention and Right -to-Know) 52.223-10 (Waste Reduction Program) 52.223-19 (Compliance with Environmental Systems) 52.225-13 restrictions on certain foreign purchases 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration 52.232.99 (Deviation) 52.252-2 (Clauses incorporated by reference 52.237-2 (Protection of Government Buildings, Equipment, & Vegetation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.203-7000 (Req. relating to Comp. of former DOD) 252.225-7001 (Buy American Act and Balance of Payments) 252.232-7003 (Electronic submission of payments requests & rec reports 252.223-7006 (Prohibition on storage and disposal of toxic and hazardous materials) 5152.233-4000 (AMC Level Protest Sept 2011) 5152.209-4000 (DOD Anti-Terrorism (AT) Standards (Feb 2009) ) 52.219-6 ALT I (Notice of Total Small Business Set-Aside) The Government intends to award a firm fixed priced contract to the responsive, responsible offeror who provides the lowest priced quotation that meets the required item description conforming to the solicitation. Contractors shall include in their offer descriptive literature such as illustrations, drawings, samples, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Questions concerning this solicitation shall be addressed to CPT Erica E. Chin, Contract Specialist, via email to erica.e.chin.mil@mail.mil not later than 3:00 PM Mountain Daylight Time (MDT) on 19 September 2012. Fort Carson-MICC will not accept inquiries or quotations via telephone or facsimile inquiries. Quotations shall be emailed to erica.e.chin.mil@mail.mil not later than 3:00 P.M. Mountain Daylight Time (MDT) on 20 September 2012. Quotes shall be effective for 30 calendar days after close of solicitation. Fort Carson-MICC will not accept inquiries or quotations via telephone or facsimile inquiries. To be eligible for an award, contractor must be registered in the System For Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/ NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Vendors shall present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee4ef4fcb7abc9f8abc8d4a4f712bb94)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02884133-W 20120916/120915001312-ee4ef4fcb7abc9f8abc8d4a4f712bb94 (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.