SOLICITATION NOTICE
23 -- Tandem Dual Gooseneck Dump Trailer.
- Notice Date
- 4/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67VJX-7057-0099
- Response Due
- 4/12/2007
- Archive Date
- 6/11/2007
- Small Business Set-Aside
- Total Small Business
- Description
- OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Tandem Dual Gooseneck Dump Trailer SOLICITATION NUMBER: W67VJX-7057-0099 QUOTE DUE DATE: 12 April 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423830, size standard is 100 Employees. MINIMUM SPECIFICATIONS: 92 x 18 Tandem Dual Gooseneck Dump Trailer. G.V.W.R: 25,900#; G.A.W.R.: 10,000# (each axle); Coupler: 2-5/16 Ball Adjustable Pipe; Safety Chains: 3/8 Grade, 70 with Safety Latch Hook (2 each); Jacks: two 10,000# Dropleg Jacks ( bolted on); Neck: 12 Channel; Frame: 12 x 16# I-Beam; Frame Crossmembers: 8 Channel; Bed Crossmembers: 3 Channel; Bed Long Sils: 8 Channel; Side Rails: 3 x 5 Angle; Axles: two 10,000# Dual Wheel Oil Bath Electric Brake; Suspension: Multi-Leaf Slippe r Spring with Equalizer; Tire: ST235/85R16 Load Range D; Wheel: 16 x 6 Dual 8 Bolt; Floor: 10 Gauge Smooth Steel; Lights: D.O.T. Stop, Tail, Turn and Clearance; Electrical Plug: 7-Way RV; Finish (Prep): Acid Etched with White Phosphorus, Undercoated with P anther 813 & Two Coats Primer; Finish: Painted with Two Coats High Solid Supreme Acrylic Automotive Grade Enamel, and Pinstriped (color to be determined after award). Also, must include the following features: Spare Mount, Lockable Control Unit, Complete Break-A-Way System with Charge Line, 45 Degree Dump Angle, 48 Sides with Formed Channel Supports, Self Contained Electric Hydraulic Scissor Lift, Fully Enclosed Pump & Battery Box between Gooseneck Uprights, Double half inch Tie Rods on all Four Sides, R emovable Header Across Rear, Double Rear Gates with Cam Latch. Options: 16 Spare Tire and Wheel; Roll Tarp with Side Flaps. Quantity: One (1). APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (2) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicab le and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.222-35, Equ al Opportunity for Special Disable Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items; (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commerci al Items; (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in ord er of importance: (1) offerors capability to provide a quality product that meets the Government needs; (2) past performance, caliber of offerors performance on pre vious contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 12 April 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include spe cifications/descriptive literature/pictures of Trailer being offered, cost/price to include any shipping and handling to 84065 and at least three references (companies who youve provided similar items too) or quote may be considered non-responsive. Questi ons may be e-mailed to the address above; no telephone calls will be accepted.
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT
- Zip Code: 84020-2000
- Country: US
- Zip Code: 84020-2000
- Record
- SN01265192-W 20070405/070403223010 (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 |