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