SOLICITATION NOTICE
23 -- Goose Neck Trailer, Yellowstone National Park.
- Notice Date
- 7/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574103231
- Response Due
- 8/10/2010
- Archive Date
- 7/26/2011
- Point of Contact
- Andy H. Fox Contract Specialist 3073442149 andy_fox@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
- N/A
- Description
- Goose Neck TrailerYellowstone National Park7/26/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #Q1574103231. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, Part 13, and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 336212; Small business size standard: 500 Employees. The proposed contract is set up for full and open competition. All responsible business concerns may submit a quotation which shall be considered by the National Park Service (NPS). Address questions regarding this solicitation to Andy Fox at Andy_Fox@nps.gov or 307-344-2149. 2) STATEMENT OF WORK: Line Item One:Yellowstone National Park Special Projects needs to purchase a 50 ton 102 inch wide 3 axle 4 beam frame, double -drop lowboy semi trailer, equipped with a hydraulic folding gooseneck.The trailer must have the following options: Trailer construction1.Minimum payload capacity, 110,000 lb capacity.2.Trailer deck length of 24 feet. Overall trailer length 45 feet (trailer Only) Gooseneck length of 11 feet maximum.3.Overall trailer width of 102 inches 4.Minimum load safety factor of 2:1 on deck and 2.5:1 in critical stress areas on neck with concentrated load directly behind gooseneck and 2.5:1 in wheel area with concentrated load at extreme rear of bed.5.Construction material 80,000 to 100,000 psi yield strength material minimum, T1 or MF80 equivalent. 6.Four 16 inch 100,000 psi T-1 yield I beam construction (minimum). 7.Trailer web material inch 80,000 lb. psi yield minimum.8.Double drop deck design with loaded deck height of 26 inches maximum.9.2 inch oak decking screwed to cross members with screws.10.Cross members 10 inch x 7.5 inch structural I beam of 65,000 lb. psi yield. Cross members are set on 18 inch centers (minimum).11.7 heavy duty drop forged D-ring tie down points per side (minimum)12.12 each swing out outriggers per side (minimum)13.Main frame crown of 2inches per 25foot deck length (maximum). Crown in wheel area is to be no more then 7/8 inch of crown per 4 feet. Gooseneck1.Gooseneck must be hydraulic, self lifting (ground bearing pads are unacceptable).2.Gooseneck must be capable of picking up 15,000 lbs. (minimum) load with center of gravity 4 feet in front of neck hinge pins.3.Air activated lock to lock folding areas in transport position. Trailer must be equipped with safety pins to assure trailer remains in transport position (air operated release)4.Hydraulic connections must be capable of allowing gooseneck to go below ground level in order to conform to rough terrain.5.Front of gooseneck must be tapered to assist the loading of rubber tired equipment 6.Hydraulic cylinder located in lower deck capable of lifting load capacity of trailer Wheel Area1.3 each 22,500 lb axle design. Critical stress area of wheel area is to have a minimum 2.5:1 safety load factor built in.2.Wheel area is to have wheel bolsters located between axles to 102 inches wide and be load supportive 3.Wheel area and upper deck must be covered with inch plate steel and be load supportive Suspension/axles1.Three each axles 22,500 lb. axles with ABS air brakes S-cam system of engineered size for the load capabilities of the trailer (automatic slack adjusters)2.Air ride suspension3.Aluminum rims with 16 ply low profile trailer tires (Spare rim and tire included)4.Trailer axle must be equipped with a hub mileage meter and mud flaps Lighting1.Lighting must be DOT approved with wiring routed in conduit and sealed LED lights.2.Trailer must be equipped with 2 each 4 inch LED amber safety flashers in the rear of trailer3.7 pole electrical socket4.Mid turn signal /clearance lights with DOT approved red and white conspicuity tape Paint1.Trailer must be painted safety yellow. National Park Service will provide a paint chip.Price must include a minimum 1 year warranty and FOB Yellowstone National Park, Wyoming, Mammoth Hot Springs. Yellowstone National Park Fleet Maintenance is open Monday Through Thursday 7:00 AM. To 5:30 PM. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. All offeror's shall also provide 3 references for similar work provided within the last 5 years with their offer. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer if they do not have an active listing in ORCA (Online Representations and Certifications), which is located at https://orca.bpn.gov. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.222-50, 52.233-3, 52.233-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while DrivingExecutive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. 4) PROPOSAL: Solicitation: Q1574103231, Goose Neck Trailer, Yellowstone National ParkDue: 2:00 pm Mountain Time, Tuesday, August 10, 2010Submit to: E-mail: Andy_Fox@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: ____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, Goose Neck Trailer, Quantity: 1 EA, Unit Price: $___________ ; Extended Price: $____________ ; Total: $ _______________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574103231/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02217839-W 20100728/100726235204-026cff4b252b1fc6667fb2abd4883a57 (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 |