SOLICITATION NOTICE
55 -- Military Trailer Floorboard Kits
- Notice Date
- 6/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 321113
— Sawmills
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-07-R-4007
- Response Due
- 7/9/2007
- Archive Date
- 9/7/2007
- 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 is a Requirements Type Contract; base year with the option for three additional one-year periods to provide Military Trailer Floorboard Kits. The contract will contain an option to negotiate an additional two-year extension to the contract if price is considered acceptable and if contractor performance is satisfactory or better. This solicitation W912JC-07-R-4007 is issued as a Request for Proposal for the Readiness Sustainment Maintenance Site (RSMS), Kansas Army National Guard, Fort Riley Kansas. The requirement is for treated floorboard kits for the following military Trailers M870, M870A1, M871, M871A1, M871A2, M872, M872A1, M872A2 and M872A3. The floorboard kits must be full length to fit each specific trailer. No random lengths will be accepted. The floorboard kits must be Road Load Tested (RLT) at each joint to insure the strongest quality through out the board. Vertically finger jointed full trailer length wooden floorboards for use in flooring M870, M870A1, M871, M871A1, M871A2 , M872, M872 A1, M872 A2 and M872 A3 flatbed semi trailers. Such boards must extend completely without butt end or bead from the front of the trailer to the rear of the trailer. The finger joints shall be a minimum of 36 inches apart. The adhesive used on the finger joint shall meet the requirements of Mil-A-46051. The boards shall be ship lapped ? inch in order to prevent splash thro ugh. All boards with the exception of those to be fitted next to the metal side railings shall be ship lapped on both sides in accordance with commercial standards, ? board thickness. Boards to be located next to the metal side railing shall be ship lapp ed on the inside edges only. The edge next to the side railing shall be cut to fit flush against the railing. Board thickness shall be 1 3/8 and 1 7/8 inch. Finger jointed board to achieve full trailer length are acceptable. Finger joints shall be bo nded with a phenol based waterproof adhesive or equivalent. Each floorboard shall be proof load tested for safe working stress. Ends of boards shall be wax sealed. The boards do not contain crusher beads. Dimensional tolerances on ship lap dimensions, +/- 1/32 inch. The material used for the finger jointed full-length boards shall be Apitong Keruing dense species only that is free from rot, pitch, stain or open defects which is typically produced from standard and better (MGR 1984) lumber. Sapwood if any, to be fresh not stained or rotted and graded after machining. There shall be no splits. The ends shall be coated and sealed. Width lengths vary but generally are 5 and 7 wide ship lap with the exception being the starter or finisher board which a re usually being a narrower T section board. Acceptable domestic hardwoods include Red Maple, Sugar or Hard Maple, Black Maple, Silver Maple, Northern Red Oak, Black Oak, White Oak, Bur Oak, Chestnut Oak. Diagram of each kit may be obtained from the US PFO for Kansas Electronic Bid System at: www.ngks.net Proposals must include the following information: unit price per kit based on an estimated yearly total requirement of 120 kits, (M871 and M872 series only), how many kits are included in a single shipment, what is the time of shipment after receipt of o rder (ARO). The proposal also should include sufficient information to include promotional brochures, pictures or any other submission indicating the ability to manufacture these floorboard kits and to meet the material requirements in accordance with MIL -H-3912, including past performance information. Offerors shall submit with the proposal a list of prior contracts for this item awarded within the past 3 ye ars. The information shall include point of contact, mailing address, telephone number, contract number and dollar amount. A sampling of kit materials to include full length (40) boards, a center board and side boards will be required prior to award, unl ess you have performed this contract previously for the Kansas Army National Guard. The proposal shall include pricing for the base year, option year one, two and three. Price shall be FOB destination Camp Funston, Fort Riley and/or 3600 Airport Road Sali na, Ks 67401.In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be allowed. This procurement is a small business set-aside. Small business size standard less than 500 employees. The NAICS is 321113. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Every item must be bid to be qualified as technically acceptable. For evaluation purposes, the lowest bid will be determined by t otaling the kit price for the base and option years and dividing by 4 (years). This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-16. All clauses and provisions as of the date of the notice apply t o this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Con ditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.20 3-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 25 2.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Con ditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please contact Bob Bryant, (785) 239-6636 or e-mail robert.bryant9@us.army.mil Any change in specification shall be authorized only by the Contracting Officer and will be issued by written addendum. Notification of any change shall be via the Kansas Contracting Office web site at www.ngks.net. Offers are due by 2 PM, July 9, 2007. Either mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642, Attn: Linda Ehrhart
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN01327157-W 20070627/070625220900 (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 |