SOLICITATION NOTICE
23 -- ROUGH TERRAIN TRAILERS
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB06T0140
- Response Due
- 9/15/2006
- Archive Date
- 11/14/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and 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 action will be solicited as a full and open competition. The NAICS code for this action is 332999. Th e combined synopsis/solicitation number is W91CRB-06-T-0140. Requirement is for Five (5) each Rough Terrain Trailers NSN 2330-01-431-3826. The trailers are required to transport Hellfire Missiles and 30mm Ammunition. Trailers must be lightweight and hav e the necessary hauling capacity, slide locks and straps required to move the missile and ammo containers. Trailers must meet the specifications of the NSN provided to include the following: Dimensions: 75 Inches Wide, 132 Inches Long, 39 Inches High; Ax le to Axle length: 124 Inches; Outside Wheel to Outside Wheel Width: 72 Inches; Four-wheeled flat bed unit; Removable sides and stacking frames; Twelve slide locks in trailer bed; Six tie-down straps; Constructed of aluminum; Air brakes; 24-VDC electrical system compressed air source (for brakes); 8,000 pounds carrying capacity; Single and Tandem towing speeds: 4 mph in rough terrain/50 mph on roads. This is a Foreign Military Sales Requirement, for the Government of Kuwait under FMS Cases KU-B-UKS. Del ivery terms are F.O.B. Destination. Quoted price should include delivery to the freight forwarder in Jamaica, NY 11434. Offerors must provide a delivery schedule with their proposal. Desired delivery is 1 November 2006 for all 5 items, however, offerors are encouraged to propose alternate delivery schedules if complete delivery cannot be met. Partial shipments are acceptable. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluat ion Commercial Items applies to this acquisition. Offers will be evaluated based on price and delivery schedule. Price is more important than delivery if delivery date can be met. A best value award will be made to the offeror that provides the best p rice with the best delivery. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and C onditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child LaborCooperation with Authorities and Remedies (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity For Disabled Veteran s and Veterans of the Vietnam Era, (19) 52.222-36, Affirmative Action For Workers with Disabilities, (20) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contra ctor Registration (May 1999). A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.212-7001 applies to this acquisition. Additional DF AR clauses cited in this clause are applicable: FAR 52.203-3 Gratuities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; 252.232.7003, Electronic Submission of Payment Requests . Additional clauses that apply to this acquisition: 52.246-2, Inspection of Supplies-Fixed Price, 52.247-34 FOB Destination, 252.204-7004 Required Central C ontractor Registration. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 15 September 2006, no later than 5:00 PM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-CC (Debbie Morrow), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mail or fax submissions are acceptable; however, do not send .zip files, as they will be automatically deleted by our e- mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concern ing this solicitation contact Debbie Morrow, Contract Specialist, phone (410) 278-2509, fax (410)306-3848, or email debra.morrow@us.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-CC, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01111781-W 20060812/060810221439 (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 |