Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOLICITATION NOTICE

23 -- 2007 Kaylin Siebert KDP-80 Single Drop Flatbed Trailer

Notice Date
1/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-06-P-1064
 
Response Due
2/1/2006
 
Archive Date
4/2/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12  Acquisition of Commercial Items and Part 13  Simplified Acquisition Procedures, as supplemen ted with additional information included in this notice. This CSS is being issued as a Brand Name or Equal in accordance with FAR provision 52.211-6 Brand Name or Equal (Aug 1999). This announcement constitutes the only solicitation and a written solicita tion will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of one (1) new 2007 Kalyn Siebert KDP-80 Single Drop Flatbed Trailer. 1. 80,000 lb distributed over 53 0/60,000 lbs in 10 0. 2. 102 overall width, 3. 53 overall length 4. 11 upper deck length, 5. 42 lower deck length, 6. 40 lower deck height (unloaded), 7. 61 upper deck height, 8. 30 kingpin setting, 9. 84 swing clearance, 10. 49 upper coupler height, 11. (3) 5 round axles with 5/8 wall thickness and 77 track rated at 25,000 lb capacity each. 12. 16.5 X 7 S-cam air actuated brakes. 13. Automatic slack adjuster with parking brake on first and third axles. 14. Wabco 4S/2M ABS system on front and rear axles. 15. 10-stud hub-pilot cast steel hubs and drums with long studs. 16. Oil wheel seals. 17. Ridewell 240 air-ride suspension with 60 axle spacing and 72 rear axle location (C/L of rear axle to back trailer). Note: This position is 36 ahead of standard. 18. 4 steel I-beam cross member on 16 C/L 19. 24 deep main beams and 6 side channels 20. 130,000 psi yield T-1 steel flanges and 80,000 psi yield web 21. Steel outer rails and rub rails with stake pockets on 24  C/L with single pipe spools between pockets. 22. 1-1/8 apitong decking with two (2) screws per board, per cross member fastening 23. Twelve (12) 8.25 X 22.5 hub piloted steel disc wheels 24. Twelve (12) OEM 255/70R 22.5 16-ply radial tires 25. Black anti-sail, anti spray mud flaps with Kaylin-Siebert logo 26. 12 volt incandescent light system 27. D. O. T. minimum clearance light quantity 28. Standard 7-way electrical receptacle on front of trailer 29. Aluminum dress package (including tread plates on drop between decks, around taillights and center cluster of rear facing clearance lights) 30. 94 wide steel channel ICC bumper 31. 3M discontinuous conspicuity tape on sides and ICC bumper 32. Trailer painted black The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 (January 5,2006) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN20051220 edition. Governm ent Visa Payment Card is the preferred method of payment. Standard Industry Classification Code (SIC) is 3715 and The North American Industry Classification System (NAICS) is 441229 with a size standard of $6.5 million. Quotes shall be clearly marked W912 4R-06-P-1064 Flatbed Trailer and emailed to steve.tirone@yuma.army.mil or via facsimile (928) 328-6849 no later than 9:00 A.M Mountain Standard Time (MST) February 1, 2006. Offerors who fail to furnish the required representations or information as requir ed by 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. The Government intends to award a contract to the responsible bidder whose quote conforming to the solicitation will be the most advantageous to the Government based on acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2006), FAR 52. 212-4, Contract Terms and Conditions - Commercial Items (Sep 2005), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FA R 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the V ietnam Era and Other Eligible Veterans (Dec 2001), 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), 52.222-37, Employment Reports on Special Disabled Veterans, and Veterans of the Vietnam Era, another Eligible Veterans (Dec 2001), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52-232-34, Payment by Electronic Funds Transfer other than Central Contractor Registration (May 1999), 52.232-36, Payment by Third Party (May 1999). DFARS 252. 212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005), 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7036, Buy Ameri can Act-North American Free Trade Agreement Implementation Act--Balance of Payments (Jun 2005), 252.243-7001, Price of Contract Modifications (Dec 1991) and 252.243-7002, Requests for Equitable Adjustments (Mar 1998) also apply to this solicitation. The R epresentations and Certifications required for this solicitation must be completed and submitted with your solicitation bid. Note: In order to complete the Representation and Certifications, 52.212-3 Offeror Representations and Certifications Commercial I tems (Mar 2005) and DFARs 252.212-7000, Offerors Representation and Certifications Commercial Items (Jun 2005) you must go to the Air Force Web Site at http://farsite.mhill.af.mil/VFFAR1.HTM; an alternate web site is www.arnet.gov/far/ use Current FAR in H TML or PDF format. Locate the referenced clauses, copy and paste it to a Word document and complete. After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-ma il address via e-mail or facsimile to the address provided herein for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00971435-W 20060125/060123212752 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.