SOLICITATION NOTICE
39 -- THREE - 53 FOOT FLATBED TRAILERS
- Notice Date
- 6/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-Q-0081
- Point of Contact
- Judith A. Erickson, Phone: 7177707442, Julie A Metzger, Phone: 717-770-6243
- E-Mail Address
-
judith.erickson@dla.mil, julie.metzger@dla.mil
(judith.erickson@dla.mil, julie.metzger@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DLA Expeditionary Depot (DDED) has a requirement to purchase (3) three Flat Bed Trailers. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 in conjunction with Part 13, 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 is a Request for Quotation (RFQ) and the solicitation number is SP3300-12-Q-0081. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 MAY 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120522 effective 22 MAY 2012, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-32. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 333924 and the small business size standard is 750 employees. The requirement consists of the following: CLIN 0001 - Contract shall provide and delivery three (3) 53 foot flatbed trailers capable of transporting two 20 foot ECU containers for use on public roads and on depot base roads. Below is a line item for each trailer: Flat Bed Trailers shall be capable of transporting two 20Ft ECU containers that meets all DOT, TOFC, ANSI, TTMA, SAE, AAR, and FMVSS specifications Flat Bed trailer shall include ratchet binders spaced 2 feet apart along the bed of the trailer Flat Bed Trailers shall have a dual axle Flat Bed Trailers shall be capable of a GVWR of 100,000LBS evenly distributed over the length of the trailer Flat Bed Trailers shall have an overall length closed minimum of 53ft Flat Bed Trailers shall have an overall width of 102 inches Flat Bed Trailers shall have spring type suspension Flat Bed Trailers shall be equipped with step bumper made by 4 X 4 metal tubing Flat Bed Trailers shall be equipped with twist lock slide pins, upper coupler assembly, and bolsters Flat Bed Trailers shall be equipped with landing gear capable of 140,000 lbs lift and crank handle Flat Bed Trailers shall be equipped with standard tires designed for heavy load transport with the tire size at 11R 22.5 Flat Bed Trailers shall be equipped with anti-sail mud-flaps Contractor shall provide equipment/operator manuals. 3 FLAT BED TRAILERS EACH@ $_____________ PER EACH = $________________TOTAL Delivery point is FOB DESTINATION to DLA Distribution Red River, Texas, Carol Wright or Randy Letcher, 10 th Street and K Avenue, Bldg. 499 Room 117, Texarkana, TX 75505. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS BY GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD? YES_____ NO _____ The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: ( d ) p r odu c ts s am p l e s, (e) multiple offers and (h) multiple awards. FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLIN(S) (4) Proposed delivery time (as stated below under FAR 52.211.9) (5) Technical information (as stated below under FAR 13-106-2) (6) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the lowest price technically acceptable offeror whose quote represents the total overall lowest price. Therefore to be considered for award offerors are required to submit descriptive literature that clearly indicates the product offered meets the minimum requirements/salient characteristics. This information will be used to determine technical acceptability. Technical information shall be evaluated on a go/no go basis and will not be rated. Any offeror who has been determined acceptable (go) on their technical information will then have its quote evaluated for price. Technical capability - The minimum criteria for acceptability shall be the submission of descriptive literature that clearly indicates the product being offered.meets the minimum requirements/salient characteristics as stated at CLIN 0001. "Descriptive literature" for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures, or a web address that contains applicable product information. Descriptive literature is required to establish for the purpose of evaluation and award details of the product being offered. This information will be used to determine technical acceptability. FAR 52.212-4 CONTRACTOR TERMS AND CONDITIONS - COMMERCIAL ITEMS Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - All items within 45 days after date of contract award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - All items with 60 days after date of contract award. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: All items within _____ days after date of contract award. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date; the offer will be considered nonresponsive and rejected. (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (in paragraph (b) the following clauses apply): FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies on Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic FundsTransfer--Central Contractor Registration FAR 52.232-36 Payment by Third Party DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDER APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS The following additional clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act - Free Trade Agreement - Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea Clauses incorporated by Reference: DLAD 52.211-9033 Packaging and Marking Requirements DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.232-7010 Levies on Contract Payments DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) Offerors responding to this announcement shall submit their quotations via e-mail to judith.erickson@dla.mil or FAX to Judy Erickson at (717) 770-7244. All quotes must be received by June 20, 2012 AT 3:00 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0081/listing.html)
- Place of Performance
- Address: DLA Distribution Red River, Texarkana, TX 75505., Texarkana, Texas, 75505, United States
- Zip Code: 75505
- Zip Code: 75505
- Record
- SN02767067-W 20120607/120605235915-586891d943a86bf192d69ef0161a2cfd (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 |