Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1999 PSA#2275

Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AOA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669

37 -- QUARTER FRAME END DUMP TRAILER SOL DTRA02-99-Q-0012 DUE 021899 POC Ms. Emelda M. Armijo, Contract Specialist, 505/846-8457 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRA02-99-Q-0012 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #97-10, and Defense Acquisition Circular (DAC)#91-13. This is a 100% set aside for small business concerns. Applicable SIC Code is 3715, and small business size standard is 500 employees. Provide a quote for the following item: Line item 001 -- Quarter frame end dump trailer, quantity, one (1) each, with the following specification: Trailer design -- frame type, dump bed -- round type, trailer length -- minimum 32 feet, maximum 37 feet, trailer width -- minimum 96 inches wide, dump bed depth—minimum 42 inches high, sloped headboard on dump box, dump box capacity -- minimum 24 cubic yards, dump box floor and side material shall meet AR400 steel standard, dump box thickness shall be inches thick AR400 hardbox steel for first three sections and last section 1/3 inch thick AR400 hardbox steel, dump trailer shall have a highlift tailgate and capable of swinging 90 degrees to facilitate dumping of material, dump trailer shall have hydraulic system to lift dump box to rated weight to 45 degrees and keep all four wheels on ground while dumping, dual axles end dump trailer -- rated at 25,000 per axle with single point suspension, steel disc rims -- minimum 24.5 x 8.25, radial tires -- minimum size 11R24.5,14 ply, outboard hub axles, centrifuge drums, ABS brake system, rear fenders, minimum two-speed landing gear, trailer and dump box -- painted white semi-gloss enamel, trailer -- standard fifth wheel connections, trailer hardware/light must meet standard Department of Transportationand New Mexico State Regulations, Model ED 26-32, Manufacture -- Ranco, This is a brand name of equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand, model or part number along with a technical description of the item being offered in sufficient detail to evaluate compliance with the requirement of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings or other documents if necessary. Required Delivery: 12 April 1999, FOB: Permanent High Explosive Test Site (PHETS),Stallion Range, WSMR, San Antonio, NM 87832, 12 miles East on US380, 18 miles South on RR525. Final inspection and acceptance at PHETS. The following FAR provisions, clauses, and addenda apply: 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items. The Government will award a purchase order 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: (1) price, (2) technical capability of the item offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offerors to provide sufficient technical literature, documentation, etc., that clearly demonstrates that the item offered will meet the terms and conditions cited above. (3) past performance -- offeror shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone No., Contract No., Amount of Contract, and Items provided. Offerors shall submit a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items with their quote. The following additional clauses apply 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the additional FAR clauses: 52.222-3 Convict Labor, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Handicapped Workers,, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act -- Supplies, 52.225-11 Restrictions on Certain foreign Purchases, 52.225-18 European Union Sanction for End Products, 52.232-1 Payments, 52.232-25 Prompt Payment, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.237-2 Protection of Government Building, Equipment, & Vegetation, 52.246-1 Contractor Inspection Requirements, 52.246-16 Responsibility For Supplies, Additionally, each offer shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.204-7004 Required Central contractor Registration, 252.211-7003 Brand Name or Equal, 252.212-7000 Offeror Representationsand Certifications -- Commercial Items. The following clauses apply DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.225-7001 Buy American Act and Balance of Payment Program, and 252.247-7024 Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government; (2) included a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include their taxpayer identification number (TIN), Cage Code Number, and DUNS number; (5) in accordance with DFARS 204.73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://ccr.edi.disa.mil/. This is a DO-C9A rated order. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Offers are due on 18 Feb 99, by 2:00 p.m. at Defense Threat Reduction Agency, Albuquerque Field Operations Acquisitions (AOA), 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes will be accepted- 505-846-4246). Point of Contact for information regarding the solicitation is Ms. Emelda Armijo, Buyer, (505) 846-8457. The anticipated award date shall be on or before 26 Feb 99. See Note 1. All responsible sources may submit a quote which shall be considered by this agency. Posted 02/01/99 (W-SN293416). (0032)

Loren Data Corp. http://www.ld.com (SYN# 0264 19990203\37-0001.SOL)


37 - Agriculture Machinery and Equipment Index Page