Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2005 FBO #1238
SOLICITATION NOTICE

23 -- HYDRAULIC SLIDING ALXE TRAILER W/FULL TILT DECK

Notice Date
4/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-05-Q-40932
 
Response Due
4/26/2005
 
Archive Date
5/7/2005
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-03 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The USCG Engineering Logistics Center has a requirement for the following: ACN: 2330 01 LG8 7018, Sliding Axle Trailer, Quantity 2 Each. Description: Item No. 0001. Hydraulic Sliding Axle Trailer Full Tilt Deck with accessories, minimum 102? X 30? overall length, minimum 15 ton hydraulic sliding axle, minimum 38? unloaded deck height, Construction: Center frame fabricated I-beam design with minimum of 7? x 9.8 lbs. per ft., channel on outer bed, fabricated 12? I-beams with webs and flanges constructed of 80,000 PSI high-tensile steel, web stiffeners located at high-load points, minimum 6? tongue length to accommodate mounting of self-contained hydraulic unit, loading gear minimum of (1) 2 speed crank type (minimum ratings 180,000 lb. static & 50,000 lb. lift), minimum 24? of useable deck space, loading ramp to have a minimum 3/8? knife-edge with under ride protection, bed enclosure-bed shall be a minimum of 3? X 10? X 3/8? thick bed enclosure and container skid to allow loading/unloading of loaded 20? container boxes weighing up to 30,000 lbs., Deck Tilt: Hydraulic activated deck tilt mechanism with dual hydraulic cylinders, minimum 13 horsepower self-contained hydraulic system, hydraulic slide axle which allows a minimum 10 degree load angle, Suspension: Axles equipped with a minimum of (2) 22,500 lb. IMT axles, minimum of (8) 6.75 X 17.5 pilot mounted steel disc wheel, minimum of (8) 215/75R X 17.5, 16 ply radials with a minimum load rating of 4,450 lb. per tire, minimum of 44,000 lb. capacity hutch H-9700 spring suspension, Electrical: Minimum requirements SAE, ICC, AND DOT standards, sealed beam light system with mid-ship blinker, Accessories: - minimum of (1) 12? X 20? X 36? lockable weather resistant toolbox, (tie downs) minimum of 10 heavy duty 1? D-rings with minimum of (2) strap winches on the driver side with hook opposing, minimum 20,000 lb. braden hydraulic winch with minimum 60? cable and D-ring mounted on the winch for two (2) parting of winch line. Offerors who propose an offer shall submit literature, which addresses the specifications as described above, brand name, and specific model or any other identifying information. FOB Destination delivery to USCG/ELC, Baltimore, MD 21226-5000. Quotation shall include, proposed delivery in days, pricing for items, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotation shall include, proposed delivery in days, pricing for item(s), the company Tax Identification Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Evaluation of Offers: All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Government will evaluate all offers to be qualified for award as follows: The Government will review each proposal submitted in response to this solicitation and make award to that offeror, whose offer, conforming to the solicitation, represents the lowest price to the Government. Past Performance shall also be considered. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. The evaluated price will be obtained by multiplying the quantity times the unit price to arrive at a total evaluated price. The following FAR 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 (JAN 2005). FAR 52.212-2 Evaluation-Commercial Items-Pricing consideration, delivery, and past performance are evaluation factors. Additionally, one relevant past performance reference shall be provided, including company name, telephone number, and point of contact. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2005). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15U.S.C.637(d)(2)and(3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (June 2004) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001 (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans,Veterans of the Vietnam Era and other Eligible Veterans(DEC 2001)(38 U.S.C. 4212). 52.225-1, Buy American Act--Supplies(June 2003)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Record
SN00788964-W 20050417/050415211543 (fbodaily.com)
 
Source
FedBizOpps.gov 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.