Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2006 FBO #1736
SOLICITATION NOTICE

23 -- Air Tide Expandable Lowboy Trailer with Folding Outriggers - Trail King PN: TK90HED or equal

Notice Date
8/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS06T0081
 
Response Due
9/6/2006
 
Archive Date
11/5/2006
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is being posted as a small business set-aside under NAICS 336212 with applicable provisions and clauses of FAC 05-11. The trailer delivery to be FOB Destination to MO-AV CRAD, 2501 Lester Jones Ave., Springfield, MO 65803. The requirement is for one (1) each of Lowboy Trailer with the followign specification: The functionality and performance should be similar to the Trail King Model TK90HED. Specification are are follow s: 53 feet OAL X 102 inches wide, capacity 70,000 lbs in to 10 foot (closed) 22 inch loaded deck height, with 6 inch ground clearance,10 feet 2 inch narrow, commercial hydraulic detachable gooseneck, with 78 inch swing, 50 inch loaded 5th wheel. 30 inch narrow flip front gooseneck extension, with 110 inch swing clearance. 13 HP Honda or equal self-contained hydraulics.Dual hydraulic system Fabricated I-beam outside rail, with triangle cutouts. Swingout removable outriggers. 28 feet 9 inch deck length, with 22 inch loaded deck height, and 6 inch ground clearance. 1 3/8 inch apitong decking, flush, full width, with finger holes in boards over storage area. 12 inch cross member spacing. 14 recessed D-rings on main deck. Tapered front approach area, like new style MGs. Turner three axle air ride suspension, with 55 inch axle spacing. Air lift 3rd axle. Adjustable ride height control valve. Air ride raise and lower kit. Frame reinforced for single axle booster, with bracket s and connections. Commercial style wood filled wheel area, with open boom trough in center. 255/0R X 22.5 16-ply tires. 10 hole pilot mount aluminum wheels, outside polished. L.E.D. Light package. Two pedestal mount strobe lights on trailer. Three tail li ght package. Three pair of additional clearance lights. Remote flasher, with battery backup. Flag holders on front of deck, rear wheel area. Black two part poly paint. Parts manual. Applicable provisions and Clauses are as follows: 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors - Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offerors Representations and Certifications-Commercial Items, 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 (a)(1)(2)(b)(5)(14)(15)(16)(17)(18)((32) or (33)(d)(e),252.212-7001(a)(b)(4). Evaluation factors are as follows: The Government shall award a contract to the offeror that offe rs a technically acceptable trailer at the most competitive price and whose past performance is determined to be satisfactory. Contractor's offering an alternate brand must provide product literature/brouchure to determine equality. Past Performance rati ng shall be determinine by telephonically contacting one or more of three (3) references provided by the offeror. Reference information should include the name of agency/company, telephone number and individual that has knowledge of your ability to meet d elivery and customer service abilities. Technical evaluation and past performance rating are equal to the competitive price offered in determining the selected source for award. The government intends to award without discussion unless it is determined b y the contracting officer to be necessary. Responses shall be accepted via e-mail to mary.lea@us.army.mil or facsimile to (573) 638-9619.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN01126956-W 20060828/060826220342 (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.