SOLICITATION NOTICE
23 -- Trailers
- Notice Date
- 4/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F2KBAA7086A001
- Response Due
- 5/7/2007
- Archive Date
- 5/22/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with (IAW) the format in FAR 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 a set-aside for small business only. The NAICS Code for this synopsis/solicitation is 336212, Size Standard 500 employees . Solicitation/Purchase Request number F2KBAA7086A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-16 effective 22 Mar 2007. The Government intends to award two contract line item numbers (CLIN): CLIN 0001 - : Contract Line Item Number (CLIN) 0001: 16 foot enclosed cargo trailer: maximum internal height: 80 inches; Maximum total width 102 inches; Minimum internal width 81 inches; Dual axle; 2,000 lb top wind jack; Electric brakes; Minimum ball hitch size 2 inches; Minimum load capacity 4,500 pounds; ST205/75D14 C rated tires for transport (includes 1 spare tire); Interior spare tire mount; Fold down rear cargo ramp; 36 inches width side door with recessed step and flush lock; 4kW, 110V diesel generator internally mounted in lockable compartment; 50 amp panel box; (2) internal wall-mounted 110V wall receptacles; (2) 4 inch double tube florescent lights with diffuser; (1) internal 110V wall switch; (6) Rope-ring, recessed or surface mount tie downs (floor mount); (4) Rope-ring, Recessed or surface mount tie downs (wall mount); ? inch plywood floor; 3.6mm Lauan lined interior walls; Skid plates; Heater/air conditioner unit; Color-white. CLIN 0002: 20 foot over the axle trailer: (2) 6,000 pound axles w/2 Electric Brakes; Complete Break-A-Way System w/Charger; Adjustable Coupler in Channel; Cambered Ez Lube Axles; Jack bolted on for easy replacement; rubber mounted sealed lighting; Reflective Marker Tape; Spare Mount; Safety Chains attached w/Cold Rolled Eyelets; Floor secured w 5/16 inch Torx Screws; Rub Rail w/stake pockets; 1/8 inch Diamond plate floor; 16 inch spare wheel and tire; Adjustable pintle hook. GVWR 12,000 pounds; GAWR (ea. Axle) 5,560 pounds; Coupler 2-5/16 inch Adjustable bulldog; safety chains ? inch grd. 70 w/safety latch hook (2 ea);jack 7K drop leg jack, bolted on; tongue integral with frame; top rail (none); frame 10 inch I-Beam; crossmembers 3 inch channel; side rail 3 inch X 5 inch angle w/stake pockets and rub rail on both sides, front and rear; axles two 6,000 pound EZ LUBE w/ elec. Brakes; suspension multi-leaf slipper spring w/equalizer; tire 7.50 x 16 inch load range E; wheel 16 x 6 white spoke 8 bolt; floor 2 inch pine; lights D.O.T. stop, tail, turn, and clearance; elec. Plug 7-way RV; finish (prep) acid etched w/white phosphorus, under-coated w/panther 813 and two coats primer; finish painted w/2 coats high solid Supreme acrylic automotive grade enamel, and pinstriped Desired Delivery Date: 7 May 2007 FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33; Addendum to FAR 52.212-5: FAR 52.252-1, Solicitation Provisions and FAR 52.252-2, Clauses may be accessed in full text at http://farsite.hill.af.mil/; FAR 52.219-1, Small Business Program Representations (all offerors shall include a completed copy of this provision with their proposal); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph and (b) the following clause applies 252.225-7001, 252.232-7003, 252.247-7023;] Addendum to DFAR 252.212-7001 252.225-7002; DFAR 252.204-7004 Alt A, Central Contractor Registration;, DFAR 252.225-7002, Qualified Country Sources as subcontractors. Specifications are provided for Item(s) solicited. Offerors must provide technical literature/documentation for item(s) offered for technical evaluation. Photos of the trailers shall be included with your proposal. No further request will be made for this information and failure to submit may result in your offer being eliminated from award consideration. In Accordance With (IAW) the FAR 13.106-1(a)(2) offerors are notified that award will be made relative to best overall value based on price and technical capability. OFFERORS: Respond to entire request; it contains important information used to evaluate quotes. Failure to include all required documentation/information may render your offer nonresponsive. Offer, fill-ins, agreements, published price lists, technical literature, etc, may be sent to Lucille ?LuAnn? Gadberry, PH: 505-846-8391, FAX: 505-846-4262 and EMAIL: lucille.gadberry@kirtland.af.mil. Please reference the RFQ Number on all documents. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. All offers are due no later than 7 MAY 2007 (Mountain Standard Time) 1:00 P M. Offers may be mailed to 377 CONS/LGCB, ATTN: Lucille ?LuAnn? Gadberry, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, emailed to lucille.gadberry@Kirtland.af.mil, or faxed to (505) 846-4262 ATTN: Lucille ?LuAnn? Gadberry ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Place of Performance
- Address: 377 CONS/LGCA, Attn: LuAnn Gadberry, 2000 Wyoming Blvd SE, Bld 20604, Rm B-18, Kirtland AFB, NM
- Zip Code: 87117-5606
- Country: UNITED STATES
- Zip Code: 87117-5606
- Record
- SN01280987-W 20070427/070425220817 (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 |