MODIFICATION
23 -- Supply and Delivery of one, 55-ton Hydraulic Detachable Gooseneck Lowboy Trailer
- Notice Date
- 7/12/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
- ZIP Code
- 73086
- Solicitation Number
- Q7130100078
- Response Due
- 7/23/2010
- Archive Date
- 7/12/2011
- Point of Contact
- Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 requirement is being issued as Request for Quote (RFQ) No. Q7130100078. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-43. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 336212. The small business size standard is less than 500 employees. A firm fixed price contract will be awarded for this Commercial Item. This acquisition is for a 55-ton Hydraulic Detachable Gooseneck Lowboy Trailer delivered to National Park Service, Big Bend National Park, Texas per the following specifications: 55-ton Detachable Gooseneck, Non-Ground Bearing, Lowboy Trailer - New, 2010 model Dimensions:55-ton net capacity at full deck length50-ton capacity in 16' concentration and rated for travel at 60 mphGooseneck length approximately 10' 9" and have a minimum 84" swing clearanceLoad deck will be a maximum of 24" from the ground to top of deckDeck length minimum 24 ft loading well and 102" side with 1' outriggers on each side8" load clearance and 5th wheel will be set at 51" from ground to 5th wheel contact plate Gooseneck:Unit will have a non-ground bearing gooseneck designHydraulic self-lifting detachable gooseneck and able to lift above or below transport positionHydraulic frame lift support and air-activated self-locking pin on gooseneck and be positive lock designControls at rear of gooseneck for easy access to operatorRatchet system that enables multiple deck height settingsDeck:Covered with a wood material that will be of long lasting type and able to withstand the harsh climate of high desert environment6 D-rings son each side of deck along with 12 swing-out riggers per sideRear of deck will have a 30 degree rear drop with welded strips to allow for equipment to climb overRear of deck will have excavator bucket trough with steel plate over first axleSubframeEquipped with air-ride suspension with automatic height controlThree 25,000 lbs rated axles for eachTwelve 225/07R 22.5 tires mounted and 4 additional spares of same sizeEquipped with hub piloted budd type disc wheels with oil seals and 1 hubometer to be installed on driver side of trailer on front axleMinimum of 16-1/2 inch 7-inch brakes with auto slack adjustersThree-light tail lights on side - DOT rubber sealed LED lights with mid-turn signals & clearance lights Other requirements:Mud flaps installed with red and white conspicuity stripingOperators manual and service manualTrailer motor: diesel fuel with minimum 10 horsepower ratingWheel wells to be covered over with steel plating to allow for machinery to be placed over wheels Delivery: Deliver by 60 days after award (Approximate award date July 30, 2010). If this delivery date cannot be met, then specify in quote your best delivery date. FOB Destination - do not show delivery as separate line item on quote. Delivery address: Big Bend National Park, Maintenance Area, #1 Alsate Drive, Big Bend National Park, Texas 79834. FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: RELVATIVE IMPORTANCE OF EVALUATION FACTORS: a)All evaluation factors other than price, when combined are EQUAL to price. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. b)Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: 1. Quickest Delivery Date: Minimum of 60 days after award. Approximate award date is July 30, 2010. If this delivery date cannot be met, then specify in quote delivery date. 2.Past performance Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1.Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. 2.Offerer must furnish detailed specs, drawings, and photograph of trailer. 3. Offeror must furnish a history of past performance of work similar in nature with a minimum of 5 references listed with contact information including project name, project location, contact person name, address, and telephone number, fax number, email, project value, dates of work, and description of project. Offerors who do not provide past performance information will be considered non-responsive. 4. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website https://www.acquisition.gov/FAR/ 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.225-1 Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CST, on July 23, 2010, and may be sent by mail or email (no faxes). Mailing address: National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Email address: rosalind_sorrell@nps.gov All responsible sources may submit an offer which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7130100078/listing.html)
- Place of Performance
- Address: Deliver to Big Bend National Park, Texas
- Zip Code: 79834
- Zip Code: 79834
- Record
- SN02202494-W 20100714/100712234631-23c70af0b98adb5d83e000f305dd209a (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 |