SOLICITATION NOTICE
23 -- TILT BED TRAILERS
- Notice Date
- 2/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- BLM ID-STATE OFC HR&ADM SVC (ID953)1387 S. VINNELL WAYBOISEID83709US
- ZIP Code
- 00000
- Solicitation Number
- L10PS01946
- Response Due
- 2/19/2010
- Archive Date
- 3/21/2010
- Point of Contact
- Haener, Janice M 208-373-3911, jhaener@blm.gov
- E-Mail Address
-
Haener, Janice M
(janice_haener@blm.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial item in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L09PS01946. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38. The NAICS code is 336212. The business size standard is 500 Size standards in number of employees.The Bureau of Land Management (BLM) at the Idaho State Office has a requirement to obtain two Heavy Duty Tilt bed Equipment Trailer for use in transporting fire program dozers. The minimum specifications are as follows: 85,000 lbs. GVWR. 70,000 lbs. hauling capacity. 3 axles each @ 23,000-25,000 lbs. capacity, 71 1/2 inch track, 40 inch spring centers. Oil bath type hubs, uni mount hub and drum, hub meter. Hutch H-9700 tri-axle suspension with cast hangers and axle alignment capabilities. 22.5 x 8.25inch 10 bolt wheels. 255/70R 22.5 G114 radial load range H tires with included spare. Mud flaps behind both sides of rear axle. License plate mounts or a place at rear of trailer to mount a license plate. 16 inch x 7 inch s-cam full air brakes with maxi spring breaks on two axles, automatic slack adjusters, equipped with 2S 2M anti lock brake system. King pin type hitch, 150,000 psi strength, 115,000 yields; 54 inch fifth wheel height. 2 Speed landing gear with 35,000 lbs. capacity. Over center type deck latch with tension adjustment, lever and pin on drivers side; minimum 5 inch x 12 inch cushion cylinder with internal metered flow. Electrical modular system with rubber isolated sealed beam lighting. All wiring protected in conduit/tube construction. (2) 4-way industrial female plugs on upper deck mounted 5 feet back from the front of the trailer, one on each side. Plug only needs a power wire from the clearance light and a ground wire. These are so we can plug in lights that mount on the edge of our dozer blades for night operations. Brake lines protected in tube construction or securely fastened to trailer structure. No wire ties. Minimum 2 inch wood decking that is above all steel by inch. Decking is to be fastened at all cross members. Lower deck must be of a hard wood on the outsides where tracked equipment will travel. Traction cleats on rear wheel well plates and tail of trailer. 10 D-rings (5 per side), 1 on top deck and 4 on bottom deck. Also 20-24 2-way chain slots/stake pockets, both on upper deck and on lower deck. 48 inch underbody sealed tool box with locking system on the door. Mounted on drivers side. White in color. All metal must be prepped (Sandblasted), etched, primed with an epoxy primer and painted with a hardened polyurethane top coat. 100 percent coverage is expected. Trailer must be in compliance with DOT standards. Maximum height of trailer shall not exceed 40 inches. 8 foot 6 inch deck width. Top deck must be a complete/fixed platform that is a minimum of 8 feet in length so that the towing truck frame rails do not come into contact with the trailer when turning. Maximum overall length is not to exceed 40 feet. Bottom deck can consist of a stationary portion of 4-5 feet and a tilt portion of 24-25 feet. Very back portion of the tilt deck (Back end of trailer) must be tapered. All rear lights will need to be mounted on a swing rail up underneath the rear of the trailer to allow for a tapered tail. All Main Frame steel must be of high tensile I beams. Deck Cross members Constructed of 5 x 2 x 1/8 Tube ASTM A500B Deck Longitudinal Beams Constructed of formed A-656 high tensile. Deck Perimeter Rails Constructed of 4 1/2 x 10 x 2 5/16 A656 high tensile. Cross members, deck rails, and longitudinal supports must be of tubular high tensile steel for stability and increased rigidness during off road operations. This trailer needs to be built to withstand extreme off road conditions. This trailer must be well engineered and all welds must be of professional quality. All cuts made with a torch must be ground or filed to a smooth finish. All craftsmanship and fabricating must be of professional quality. Anything short of this will not be accepted. Engineered Blue Prints will be required. 5 year non prorated structural warranty. Delivery will be to 3948 S Development Ave, Boise Idaho 83705The following provisions and clauses apply to this procurement: FAR 52.204-07; CENTRAL CONTRACTOR REGISTRATION; The provision at FAR 52,212-2 EVALUATION-COMMERCIAL ITEM; is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officers knowledge, contactor provided references, and other reasonable sources. FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-50; FAR 52.225-03; FAR 52.225-13; 52.232-33; FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number L10PS01946, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes shall be received by February 19, 2010, 11:00pm MDT at the Bureau of Land Management, Idaho State Office, 1387 S Vinnell Way, Boise, ID 83709-1657, by FAX at 208-373-3915, or by email to Janice_haener@blm.gov. Point of Contact for this solicitation is Janice Haener at 208-373-3911. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L10PS01946/listing.html)
- Record
- SN02056595-W 20100205/100203234937-602c272a53dc14e642e3980204dcfd90 (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 |