SOLICITATION NOTICE
37 -- Shoshone Horsetrailers - AG-8544-S-14-0016
- Notice Date
- 6/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Shoshone National Forest, 808 Meadow Lane, Cody, Wyoming, 82414-4516, United States
- ZIP Code
- 82414-4516
- Solicitation Number
- AG-8544-S-14-0016
- Point of Contact
- Jason Torgerson, Phone: 3075785146
- E-Mail Address
-
jtorgerson@fs.fed.us
(jtorgerson@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Link to Synopsis / Solicitation COMMERCIAL COMBINED SYNOPSIS/SOLICITATION 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; quotes/proposals are being requested and a written solicitation will not be issued. The solicitation number AG-8544-S-14-0016 and issued as a Request for Quotation (RFQ). The horse trailer to be purchased under this contract will be used by Forest Service personnel to transport riding and pack animals to various and remote work sites on the Shoshone National Forest. Travel conditions will vary from high-speed highways to poorly graded road surfaces. Considerable non-paved road use is expected which will subject the trailer to high impact and torsional loads well beyond that encountered during normal use. The trailer shall be ruggedly constructed by incorporating first-class materials and workmanship throughout to withstand the working conditions to which it will be subjected. Modifications of standard production models may be necessary to meet the requirements of these specifications. The trailer and components shall be fabricated from all new materials and be of the current production year and model. The trailer(s) shall be delivered, serviced and ready to use, to the location specified in Section 390 delivery address. The tires shall be properly inflated. The wheel lug bolts shall be of proper torque, the light assemblies operational, and electric brake battery and breakaway system installed and operational. The Contractor shall notify the Government a minimum of 5 days prior to the delivery date of the trailer. Delivery shall be made Monday through Friday between 8:00 A.M. and 4:00 P.M. Mountain Time. SPECIFICATIONS FOR GOOSENECK HORSE TRAILER • Trailer capacity GTWR (Gross Trailer Weight Rating) shall be rated at 14,000 minimum • Steel body and frame • Overall length - Not to exceed 30 feet including the gooseneck • Overall Floor length - Not to exceed 20 feet (including tack room area) • Overall width - 8 feet 6 inches Maximum • Floor height, top of floor to ground - 16 - 18 inches, with trailer level and unloaded. • Trailer cross members shall be on 12 inch centers. • Ground Clearance - The axel of the trailer shall have 10 inches minimum with the trailer level and unloaded • Ground to gooseneck clearance - minimum of 63 inches. • Gravel guard on front panels and fenders • Stock bed area - Width 7 foot minimum inside, 7 foot inside height. • Rubber torsion axel with e-zee lube bearings • 16 inch wheels including a matching spare, 10 ply tires • 6 Inside and 8 outside stock ties. • Standard manual mounted jack. • 12 inch x 2 inch minimum electric brakes on all four wheels • Emergency break away switch complete with wiring and a 12 volt DOT gel battery system, with sufficient cable length to provide connecting the breakaway switch to the towing vehicle. • Safety chains, hooks and battery • Sealed beam recessed LED lights • Rubber rear bumper • Wood flooring with added ½ inch thick rubber mats • Inside rubber kick pads 4 feet in height. • Fenders shall be a single unit covering both wheels and tires on a side located on the outside of the trailer wall. • One swinging tailgate with a minimum of four (4) heavy- duty hinges opening out and latching on the end. The latching mechanism must have a spring loaded slam latch with side mounted remote release and a T-bar safety latch. The tailgate shall be a Solid Door, full height of trailer and fully enclosed. • Standard escape door that opens outward. • Tack room shall have a 3 foot short wall and 6 foot long wall. Tack room shall have one RV style roof vent. One LED dome light mounted to the ceiling. A porch light at the tack compartment door is required with switches for the lights just inside the tack door. Tack room shall have two (2) Bus style windows, one on each side. Tack room shall have a four (4) tier swing out saddle rack. There shall also be bridle and halter hooks on the slant wall of the tack room. • Two LED lights dome lights in the stock area with a recessed switch at rear roadside gate corner. • Industry Manufacturer standard primer. • Industry Manufacturer standard white paint. • Manufacturer shall provide manuals to properly operate and maintain the trailer • Manufacturer's State of Origin shall be furnished for each trailer and made out to USDA Forest Service • Manufacturer's standard metal identification plate per DOT. • Trailer serial number shall be metal stamped on the gooseneck frame in front of the tack compartment 320 - INSPECTION Trailer(s) furnished in response to this contract will be subject to inspection by the Contracting Officer designated Inspector to ascertain compliance with the specifications. Inspection for compliance with specifications and acceptance of the trailer(s) will be made at delivery by COR - Zach Blain. The trailer will not be accepted, at the time of delivery, if any item does not comply with specifications or if any damage is noted. 330 - WARRANTY The manufacturer's warranty shall be acceptable. The start of the warranty period shall be the date of acceptance. Each consignee shall be informed, either by material accompanying the shipment or by letters of acknowledgement, of the person or firm to contract if operational difficulties should be found upon receipt of the trailer, or encountered after acceptance 340 - OPERATION, PARTS AND REPAIR MANUALS When possible the manufacturer shall provide manuals to properly operate and maintain the trailer. 350 - STATEMENT OF ORIGIN Manufacture's Statement of Origin shall be furnished for each trailer. Statement of Origin shall be made out to USDA, Forest Service. Statement of Origin shall be sent to: Shoshone National Forest Attn: Jacque Edkins 808 Meadow Lane Cody WY 82414 360 - MANUFACTURER'S IDENTIFICATION A durable metal identification plate shall be permanently attached stick-on identification plates are not acceptable, to the trailer and legibly metal-stamped with the following information: A. Manufacturer's Name B. Manufacturer's Address C. Date of Manufacture D. Serial Number E. Gross Trailer Weight Rating (GTWR) F. Empty trailer weight Additional requirements - Trailer serial number shall be metal stamped on the gooseneck frame in front of the tack compartment. 370 - MANUFACTURER CERTIFICATION The manufacturer's certification that the trailer conforms to all applicable Federal Motor Vehicle Safety Standards in effect on the date of manufacture must be permanently attached to the trailer. 380 - SPECIFICATION COMPLIANCE The contractors are encouraged to submit drawings, schematics, pictures, lists of construction materials and other documents to show that the submitted product meets the specifications indicated in the above text. This material could be included with the proposal. 390 - DELIVERY ADDRESS The trailer(s) shall be delivered to: Shoshone National Forest 808 Meadow Lane Cody WY 82414 Jacque Edkins - 307-578-5121 DIVISION 400 -PAYMENT The "Submit Invoice-to" address for USDA orders is the Department of Treasury's electronic Invoice Processing Platform (IPP). All invoices shall be submitted via IPP. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at https://www.ipp.gov/index.htm. The successful offeror must register at https://www.ipp.gov/vendors/enrollment-vendors.htm upon contract award, if an IPP account has not previously been established. Past performance is a measure of the degree to which an offeror, as an organization, has: (1) satisfied its customers, and (2) Met required delivery date(s). The Government will inquire about the following elements, which are all of equal importance in relation to each other, (1) quality of the offeror's work; (2) customer satisfaction; (3) timeliness of the Firm during performance and the final completion of the project; and (4) overall business relations. Price - Provide your most competitive price. Note: unit price prevails; all pricing should be in the format of dollars and cents. Technical and past performance, when combined, is of primary, but not exclusive or limiting importance. Pricing is an important but secondary factor. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items" OR the offeror must have completed their annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM. If the offeror has completed SAM on-line, a copy of 52.212-3 can be pulled from the SAM website. DUNS Number: TIN Number:___________________ FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). __ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer must check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements (JUL 2010) (Pub. L. 111-5). __ (6) 52.204-14 Service Contract Reporting Requirements (Jan 2014) (Pub. L 111-117, section 743 of Div. C) __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L 111-117, section 743 of Div. C) XX (8) 52.209-6, Protecting the Government's, Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note.) __ (9) 52.209-9, Updates of Publicity Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2113). __ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L, 111-8, and section 745 of Division D of Pub. L. 110-161). __ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). __ (13) [Reserved.] XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (NOV 2011) __ (iii) Alternate II (NOV 2011) __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (OCT 1995) of 52.219-7 __ (iii) Alternate II (MAR 2004) of 52.219-7 _ (16) 52.219-8, Utilization of Small Business Concerns (JUL 2013) [15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (JUL 2013) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (OCT 2001) of 52.219-9. __ (iii) Alternate II (OCT 2001) of 52.219-9. __ (iv) Alternate III (JUL 2010) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C 644(r)). XX (19) 52.219-14, Limitations on Subcontracting (NOV 2011) ) (15 U.S.C. 637(a)(14). __ (20) 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Participation Concerns (OCT 2008) (U.S.C. 2323) (if the Offeror elects to waive the adjustment, it shall so indicate in tis offer). __ (ii) Alternate I (JUNE 2003) of 52.219-23. __ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (JUL 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (23) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (24) 52.219-27 Notice of Service-Disabled Veteran-owned Small Business (NOV 2011) (15 U.S.C. 657(f)). XX (25) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)). __ (26) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (JUL 2013 (15 U.S.C 637 (m)). __ (27) 52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (JUL 2013 (15 U.S.C 637 (m)). XX (28) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). XX (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). XX (30) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). XX (31) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) _ _ (32) 52.222-35, Equal Opportunity for Veterans (SEPT 2010) (38 U.S.C. 4212). XX (33) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) XX (34) 52.222-37, Employment Reports on Veterans (SEPT 2010) (38 U.S.C. 4212). _ _ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ___ (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-15, Energy Efficiency in Energy- Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. XX (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) __ (41) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a - 10d). __ (42)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012) (41 chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19.U.S.C. 3805 note, 19 U.S.C 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-302, 108-286, 109-53, 109-169, 109-283, 110-138, 112-42, and 112-43). __ (ii) Alternate I (MAR 2012) of 52.225-3. __ (iii) Alternate II (MAR 2012) of 52.225-3. __ (iv) Alternate III (NOV 2012) of 52.225-3. __ (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; (10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41.U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (49) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41.U.S.C. 255(f), 10 U.S.C. 2307(f)). XX (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). _ _ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (JUL 2013) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is June 18, 2014 at 4:00pm MDT. Mail quotes to Shoshone National Forest, Supervisor's Office, 808 Meadow Lane Ave. Cody WY 82414; or fax to Jason Torgerson @ 307/578- 5103; or email to jtorgerson@fs.fed.us. Contact Jason Torgerson, Contract Specialist for information regarding this solicitation at telephone number 307-578-5146.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/702613e5c97356a21040346c0bdf83a4)
- Place of Performance
- Address: 808 Meadow Lane Ave., Cody, Wyoming, 82414, United States
- Zip Code: 82414
- Zip Code: 82414
- Record
- SN03384951-W 20140606/140604234722-702613e5c97356a21040346c0bdf83a4 (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 |