SOLICITATION NOTICE
23 -- Cargo Trailer
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441229
— All Other Motor Vehicle Dealers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W91J0W-9223-0003
- Response Due
- 9/14/2009
- Archive Date
- 11/13/2009
- Point of Contact
- Sherri Shepherd, 801-432-4093
- E-Mail Address
-
USPFO for Utah
(sherri.shepherd@us.army.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; quotes are being requested and a written solicitation will not be issued. This will be a 100% Small Business Set Aside acquisition under NACIS Code 441229, with a small business size standard of $7.0M. SPECIFICATIONS: The Utah National Guard has a requirement for a cargo trailer (1 each) as follows: 1.8.5 x 32 2.Interior height 6 3.12 volt interior dome light 4.16 flap on ramp 5.Heavy duty ramp door 6.Aluminum ramp door handles x 2 7.Galvalume roof 8.V-nose with door and ramp 9.7 way bargman plug 10.Non-powered roof vent 11.3/4 plywood flooring 12.3/8 plywood walls 13.ST205/15 radial tires w/spare 14.White spoke rims 15.Double I-beam over axle area 16.10,000 lb. GVW 17.2 x 5,200 lb. leaf spring axles 18.Drop axles 19.Electric brakes x both axles 20.36 side door 21.Door hold back 22.Side door handle 23.24 stone guard 24.Anodized front corners 25.No show beaver tail 26.5,000 lb. capacity D-rings x 10 every 4 feet in pairs 27.Delivery to 12953 South Minuteman Drive, Draper, UT 84020 APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Small Business Set-Aside; (b) FAR 52.219-28 Post-Award Small Business program Representation; (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (h) FAR 52.222-50 Combating Trafficking in Persons; (i) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (j) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration or FAR 52.232-36 Payment by Third Party; (k) FAR 52.233-3 Protest After Award; (l) FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7010 Levies of Contract Payments; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; EVALUATION FACTORS: The contract type for this procurement will be 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 order of importance: (1) offerors capability to provide a quality product that meets the governments needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; (3) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote that shows the cost for each item to include delivery to Draper, UT 84020; (2) descriptive literature of item being proposed; (3) completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. Offers shall be received NLT 4:00 P.M. on September 14, 2009. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. Phone calls will not be accepted or returned. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W91J0W-9223-0003/listing.html)
- Place of Performance
- Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
- Zip Code: 84020-9286
- Zip Code: 84020-9286
- Record
- SN01939103-W 20090905/090904000346-237490d2876d59df15b9b58ae07dc959 (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 |