Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

23 -- Tag-A-Long Heavy Equipment Trailer

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709
 
ZIP Code
83709
 
Solicitation Number
AG-0261-S-06-0015
 
Response Due
3/23/2006
 
Archive Date
7/1/2006
 
Description
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. This is a request for quotations No. AG-0261-S-06-0015; The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-12. NAICS: 333924. Size Standard: 750 Employees. PART 1 SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. Tag-A-Long Heavy Equipment Trailer, FOR THE BOISE FOREST WAREHOUSE. ITEM 0001: 30 Ton Tag-A-Long Heavy Equipment Trailer. Price: $_____________. Quotes are due by close of business (4:30 pm), 03/23/06 at the SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Karen Morthland at 208-373-4150 for additional information. CONTRACTOR'S DUNS # ___________ CONTRACTOR'S TIN # _____________________. I. GENERAL SPECIFICATIONS: A. 30 TON TAG-A-LONG HEAVY EQUIPMENT TRAILER, 60,000 LBS. MINIMUM GVWR, 50,000 LBS. MINIMUM LOAD CAPACITY. Trailer Delivery Date: June 30, 2006. Delivery and acceptance and FOB point: to Boise National Forest Warehouse 1918 Commerce Street Boise, ID 83705 Contact: Wally Olson 208-373-4214. II. TECHNICAL SPECIFICATIONS: Trailer Dimensions: (1) Total Length: 40 feet-6 inches, (2) Total Width: 8 feet -6 inches, (3) Total Height: 34 inches, (4) Deck Length Including Beavertail: 33 feet -4 inches, (5) Beavertail Length: 5 feet, (6) Tongue Length, Pintle Eye to Deck: 7 feet-2 inches, (7) Length From Pintle Eye to Rear Axle Center: 31 feet-8 inches. Hitch: Drawbar eye with minimum 100,000 lb. capacity, adjustable for various hitch heights. Jack: 2-speed landing gear, 35,000 lb. capacity. Safety Chains: 2 each with 3/8 inch x 36 inch minimum Grade 70 high test cadmium plated with slip hooks and safety latches. Load Tie Down Eyes: 14 each (7 per side) 1 inch D-ring type, evenly spaced. Axles: 3 each 20,000 lb. capacity each 5 in. round one/half (1/2) inch wall thickness, 71 and one/half inch (71 1/2 inch) track and 40 inch spring centers. Hubs: Oil bath type with Stemco seals and oil cap Uni-mount hub and drum. Brakes: Twelve and One/Fourth (12 1/4) inches x Seven and One/half inch (7 1/2) s-cam full air brakes with maxi spring brakes on two axles, automatic slack adjusters, equipped with anti-lock braking system. Suspension: Hutch H-9700 tri-axle with cast hangers and axle alignment capability. Wheels: 17.5 inch x 6.75 inch 10 hole Budd type. Tires: 215/75R 17.5 radial load range H. Spare Tire: Provide spare tire securely mounted at front center of deck bed. Mud Flaps: Mud flaps shall be positioned for enough clearance to prevent being pinned between the tire and the edge of a large pothole when backing. Electrical: Trucklite modular system with rubber isolated, sealed beam lighting, protected in tube construction. Trailer plug is a round pin, 7-hole type. Lighting: Lights must meet State and FMVSS. Clearance and identification lights shall be easily changed, rubber mounted, shock proof and sealed beam. Reflectors must be installed to lighting codes and reflective tape placed on perimeter side channels. Decking: 2 inch rough cut No. 1 grade fir or hardwood with fasteners at all cross members. Heavy expanded metal, 28 inches wide, down center of bed. Paint: Metal acid etched and phosphatized, epoxy primer coat and polyurethane top coat or similar type finish. Tool Compartment: Install tool compartment within frame, in tongue area, with lockable lid. Construction: (1). Main Frame-Minimum 12 inches x 4 inches x 3/8 inch Tube- ASTM A500B, (2). Deck Cross Members- 5 inches x 2 inches x 1/8 inch Tube- ASTM A500B, (3). Deck Perimeter Rails- C10 inches x 15.3 Channel- ASTM A-36, (4). Deck Front Bumper- 8 inches x Two and One/Half (2 1/2) inch Channel full width of deck. Deck Cross Members: Must be positioned to allow clearance for maximum vertical movement of tires. Ramps: 64 inches x 19 inches minimum ramp length and width. Manual ramp with Ramp Lift Corp. (520-888-3548) Model 250 ramp assist. Ramps must be capable of being adjusted between 92 inches full width to a 74 inches minimum width. Provide a bolt hole in each ramp pivot pipe to keep ramps in full width position, removal of bolts will be required to bring ramps to a narrower position. III. EVALUATION FACTORS. Evaluation of quotes will include consideration of information provided by Contactors: 1) Low Price, Technically Acceptable (meets specifications), 2) Complete all items in the Schedule of Items. Award may not necessarily be made to the Contractor submitting the lowest quote. Award will be made to the firm with the best value considering the evaluation criteria listed. Quotes should be submitted initially at the most favorable price. IV. MEASUREMENT AND PAYMENT. Measurement and payment for contract work will be made only for accepted items under the pay item included in the SCHEDULE OF ITEMS. All other work and materials will be considered as included in the payment of items shown. V. PERMITS AND RESPONSIBILITIES FAR 52.236 7, NOV 1991. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractors fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work, which may have been accepted under the contract. VI. LOSS, DAMAGE, OR DESTRUCTION. 2) mechanical failure, or 3) the fault or negligence of the Contractor or his agents, or 4) design defects which allow or cause damage during normal operations. Parts that are replaced and paid for by the Government shall become the property of the Government and shall not be disposed of without approval of the Contracting Officer. VII. The Government shall accept or reject the equipment promptly after receipt. If the Contracting Officer determines that any vehicle furnished is not in compliance with this contract, the Contracting Officer shall promptly inform the Contractor in writing. If the Contractor fails to replace the equipment or correct the defects as required by the Contracting Officer, the Government may a) by contact or otherwise, correct the defect or arrange for the lease of a similar vehicle and shall charge or set off against the Contractor any excess costs occasioned thereby, or b) terminate the contract under the Default Clause of this contact. VIII.The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors, Commercial Item; 52.212 2, Evaluation, Commercial Item. 52.212 3, Offeror Representations and Certifications, Commercial Item; 52.212-4, Contract Terms and Conditions, Commercial Item; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Item; 52.249-8 (4/84), Default (Fixed price Supply and Service). NOTE: Offeror must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications Commercial Item with their quote. This can be obtained at http://www.arnet.gov/far/farqueryframe.html, 52.204-7 Central Contractor Registration. (Oct 2003) (a) Definitions. As used in this clause- Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the CCR database means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record Active. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. The Contractor shall be registered in the CCR and ORCA database. (1) The Contractor shall maintain registration during performance and through final payment of this contract. (2) The Contractor shall enter, in the block with its name and address on the cover page, the annotation DUNS# followed by the DUNS#. The DUNS number will be used by the Contracting Officer to verify that the Contractor is registered in the CCR and ORCA database. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (MAR 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.219-6 Notice of Total Small business Set-Aside (June 2003), 52.222-3 Convict Labor (June 2003), 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), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.225-13 Restrictions on Certain Foreign Purchases (MAR 2005), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
 
Place of Performance
Address: Boise National Forest Warehouse, Boise, Idaho
Zip Code: 83705
 
Record
SN00997773-W 20060304/060302211831 (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.