Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

23 -- Purchase of Five (5) Gooseneck Horse Transport Trailers

Notice Date
6/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401
 
ZIP Code
83401
 
Solicitation Number
AG-02NV-S-10-0068
 
Archive Date
8/1/2010
 
Point of Contact
Michael J. Whisman, Phone: 3077395533
 
E-Mail Address
mwhisman@fs.fed.us
(mwhisman@fs.fed.us)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 request for quote (RFQ) No. AG-02NV-S-10-0068; proposal due date is July 2, 2010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 40, effective as of March 23, 2010. Non-manufacturers must furnish in the performance of the contract, the product of a small business manufacturer, which end product must be manufactured or produced in the United States. Small size standard for the manufacturer of the item would be 500 employees. Quantity and Unit of Measure is 1 each. Price proposal shall include delivery FOB to the Bridger-Teton National Forest, 340 N. Cache Street, Jackson, WY 83001. USDA Forest Service has NO available means to unload trailers. The trailers may either be towed or hauled, but the trailer must be set on the ground prior to final acceptance. If trailer is hauled to Jackson, Wyoming, offloading shall be the successful offeror’s responsibility and cost. Delivery shall be coordinated with appropriate Forest Service personnel. GENERAL This project consists of supplying five (5) gooseneck horse transport trailers meeting all of the following specifications: 1.All trailers shall meet U.S. Department of Transportation Safety Standards in effect on the date of manufacture. Equipment offered will be standard production models. 2.All measurements are outside measurements 3.Tack room partitions shall be full height, floor to roof, and sealed 4.Tack Rooms must have 3 saddle racks each 5.Tack room must have solid heavy duty lockable access door (3’ wide minimum, not camper style); must be on right side (curbside) of trailer 6.Stall walls shall be solid to a height of 60 inches below any openings, no wheel wells inside stall area of trailer 7.Exterior walls of the ½ bull package shall have upright ribs every 12 inches 8.Rubber dock bumper 9.16” 10 ply radial tires 10.Spare tire and wheel, with spare tire carrier 11.Rubber mats — 1 / 2” minimum — full length including tack room when applicable 12.Sealed marker lights 13.Full height solid rear gate (No open panels); must have ability to lock with paddle lock 14.Breakaway switch with heavy duty dry cell battery 15.Fully encased overhead wiring 16.Torsion bar axles with brakes on each wheel 17.7-spade standard R.V. type electrical connector 18.Escape door in stall area; must have ability to lock with paddle lock 19.Minimum of two interior lights, one in overshot and one in stall area 20.Two lights each in tack room and stall, with separate control switches in tack room and stall 21.80% of roof must be constructed of approved steel or aluminum sheeting 22.Double walled construction with commercial bedliner type spray lining or rubber lined stall wall including rear gate and front wall to 48” in height 23.Axle capacity for 16’ trailers must equal or exceed the gross trailer weight 24.Axle capacity for 18’ trailers must have minimum of two 7000 pound axles 25.2 5/16” coupler 26.2 Pop up vents in stall area 27.White, baked on paint 28.Steel roof over stall area 29.Spray on gravel guard protection on fenders 30.Spray on gravel guard protection on nose or under overshot; 24” from the bottom leading edge of trailer 31.Electro galvanized sheet metal 32.Backup lights 33.Standard manufacture warranty – offeror shall provide warranty information with price quote and manufacture specifications. Additional Specifications for each Item Number Item #1 Steel slant load 7’ X 7’ X 18 Gooseneck trailer ½ bull package 3 interior tie rings and 3 exterior tie rings on each side Items #2, #3 and #4 Aluminum slant load 7’ X 7’ X 24’ Goose neck trailer 4 interior tie rings and 4 exterior tie rings on each side Item #5 Aluminum slant load 7’ X 7’ X 20’ Goose neck trailer 3 interior tie rings and 3 exterior tie rings on each side Delivery Date: On or before September 1, 2010. The provisions at 52.212-1, Instructions to Offerors—Commercial, and 52.212-2, Evaluation—Commercial Items are applicable. In addition to price and price-related factors (warranty, repair service locations), award evaluation will be based on past performance and compliance with solicitation requirements. These two evaluation factors evaluated together are significantly more important than price. In addition to price, offerors should include product literature of offer and information addressing the above factors in their proposals. Offerors shall include with their offers the provision at 52.212-3, Offeror Representations and Certification—Commercial Items. This may be obtained at https://www.acquisition.gov/far/. Clauses 52.212-4, Contract Terms and Conditions—Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items, apply to this acquisition. Additional applicable FAR clauses are 52.203-6 with Alternate 1, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.19, 52.225-1, 52.225-13, 52.232-33. Referenced provisions and clauses may be obtained at the above web site. Quotes are due by 3:00 p.m., July 2, 2010, Bridger-Teton National Forest, P.O. Box 1888, Jackson, WY 83001, ATTN: Michael Whisman. Fax proposals will be accepted at (307) 739-5580. Contact Michael Whisman at (307) 739-5533 for additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/02S2/AG-02NV-S-10-0068/listing.html)
 
Place of Performance
Address: 340 North Cache, Jackson, Wyoming, 83001, United States
Zip Code: 83001
 
Record
SN02178852-W 20100618/100616234656-38c64d5f3dc5154f36a64448c525d0ee (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.