SOLICITATION NOTICE
23 -- Gooseneck Trailer
- Notice Date
- 6/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAA4077A001TLM
- Archive Date
- 7/22/2014
- Point of Contact
- Terry Mest, Phone: 5058467812
- E-Mail Address
-
terry.mest.1@us.af.mil
(terry.mest.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 set aside for small businesses. The NAICS Code for this synopsis/solicitation is NAICS, 336212, Truck Trailer Manufacturing, Size Standard 500 employees. This requirement is a 100% Total Small Business Set-Aside Solicitation/Purchase Request Number F2KBAA4077A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-75, Effective 24 June 2014. NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. The Government intends to award one contract with nineteen (19) Contract Line Item Numbers (CLIN): For a one Gooseneck Trailer to specifications as follows: CLIN 0001: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0001: Well Cargos - Gooseneck - Model #CVG4025 1 EA Compac Van 1 EA Gooseneck 1 EA Flat Front 1 EA A- Frm Gooseneck Upperdeck Configuration 1 EA Round Roof 1 EA 40ft Long 1 EA 8ft Wide 1 EA 2-5/16in 25,000lb Ball Coupler - Round 1 EA C Crossmembers 40 FT Crossmembers 24in On Center 40 FT 3" x 8" Rectangular Steel Tube Mainrails 1 EA Tandem Two-Speed Landing Gear Assembly Chrome front corners are needed CLIN 0002: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0002: Angled ATP 24" Stone guard - cover Ext. Of Step Wall 40 FT Roof Bows 16 In On Center CLIN 0003: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0003: 40 FT ¼" Lauan Ceiling Liner and Insulation 1 PR 5/16" Safety Chains w 5/16" Clevis Hook, Latch CLIN 0004: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0004: Exterior 8 Bolt Spare Tire/Wheel Bracket Spare tire to be mounted under trailer such that it can be removed without entry into the trailer Spare tire bracket mounting shall be done to maximize trailer ground clearance CLIN 0005: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0005: 40 FT 8'0" Inside Height 40 FT 96-3/4in Hat Posts 40 FT Vertical Posts 16in on Center 1 EA Chassis Fully Under Coated with CPC 1 EA 10 Degree Up Angle 1 EA Tandem Axle 1 EA 102" Wide Track 2 EA Electric Drum Brakes (DOT Batt & Breakaway Req'd) 2 EA 8 Bolt Pattern CLIN 0006: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0006: 4 EA 8 Bolt Crome ABS Hubcover with Liner (16" Wheel) 2 EA EZ Lube Hubs 1 EA 1/2in Studs 1 EA Torflex Suspension 2 EA 7,000lb Torsion Axles (Gsnk2) 4 EA ST235/80R16E Radial Tires or Heavier Capacity CLIN 0007: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0007: Spare ST235/80R16E Radial Tires or Heavier Capacity CLIN 0008: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0008: Max Size Rear Ramp Door - Standard - 8/8.5W 36 x 66 Radius Side PT Door - RH Hinge A metal plate mounted on heavy duty piano hinge is needed on fold down door such that a smooth transition from the pavement to the ramp door is made When opening man door it must swing outwards towards the front of trailer and have a hard stop to hold door open CLIN 0009: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0009: 80 1/8" Aluminum Ramp Extension CLIN 0010: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0010: Heavy Duty Security Hasp for Cam Lock With Padlock CLIN 0011: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0011: Heavy Duty Rear Corner Post Jacks - 3,000lb Cap CLIN 0012: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0012: Black Spare Tire Cover for 235/85R16 Tire CLIN 0013: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0013: Recessed Interior Step CLIN 0014: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0014: 40 FT ¾ Wolmanizer Plywood Floor CLIN 0015: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0015: 40 FT Foil Ray Floor Insulation 40 FT 3/8 Plywood Sidewall Liner (Std.) CLIN 0016: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0016: 40 FT 1" Sidewall Fiberglass Insulation -R5 9 EA LED Clearance Lights 1 PR LED Wraparound Tail Lights 1 EA LED Safety Package (Tandem/ Triple) 1 EA S.A.E. Color Coded 12 Volt Electrical System 1 EA Seven Way Trailer End Connector Two 12V and 120V, 3-way, light switches one of each voltage to be mounted near man door (on door lock side) and one in rear of trailer next to ramp door, all wiring to be routed in walls of trailer 1 EA D.O.T. ‘A' Frame Mounted Battery Assembly 40 Ft Polar White 2 exterior 20A, 110V (12 Gauge wire w/ ground) outlets mounted on each side of trailer near rear. These should be on independent out-of-phase electrical circuits Electrical panel to be mounted directly next to man door between man door and front of trailer, electrical panel shall be surface mounted 12V and 120V lights mounted down center of trailer full length 12V and 120V exterior, ceiled, light, shall be included near man door CLIN 0017: UNIT OF ISSUE: EA QTY: 1 Specifications brand name or equal for CLIN 0017: 40 FT.040 Aluminum Exterior (White Only) 1 PR Smooth Aluminum Fenderettes 40 FT DOT Conspicuity Tape on Side & Rear of Trailer 40 FT One piece Aluminum Roof CLIN 0018: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0018: 15MBTU RoofMnt AC w/Heat CLIN 0019: QTY: 1 UNIT OF ISSUE: EA Specifications brand name or equal for CLIN 0019: Stainless Steel Back-Up Lights ( 8'6") FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 45 days ARO In accordance with FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of best value. Acceptability is determined by conformance to all details described for each CLIN. Offeror will be evaluated in accordance with FAR 13.106-2. Offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Partial Payments are not authorized. Invoicing through WAWF shall occur after all items have been received by the organization. Quotes may be E-mailed (preferred) to terry.mest.1@us.af.mil or mailed to AFNWC/PZIA, ATTN: Terry Mest, 8500 Gibson Blvd SE, Bldg 20202, Room 137, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Terry Mest. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. Responses are due no later than 7 July 2014 at 12 PM MST. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Acquisition Management (SAM) Database in order to receive an award in accordance with FAR 52.204-7, System for Award Management. If you are not registered you may request an application through the SAM website at http://www.sam.gov. The following provisions and clauses by reference apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award management Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.211-6, Brand Name or Equal FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.219-6 Alt I, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.223-18, 52.225-13, 52.232-33] FAR 52.232-39, Unenforceability of Unauthorized Obligations DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Alt A, System for Awards Management; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payment; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023; Transportation of Supplies by Sea The following provisions and clauses in full text apply to this procurement: FAR 52.252-1, Solicitation provisions incorporated by reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address http://farsite.hill.af.mil/; FAR 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. AFFARS 5352. 201-9101 Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Primary: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds appropriated by the Department of Defense Appropriations Act, 2014 and by the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAA4077A001TLM/listing.html)
- Place of Performance
- Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03408720-W 20140629/140627234631-d879210af6e281d5c4d6834c5d775cf2 (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 |