Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

23 -- TRAILERS

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S607T0088
 
Response Due
8/16/2007
 
Archive Date
10/15/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with add itional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of five (5) each Joe Generator Trailer Model # GRTR-3500T. CLIN #1 Trailer, Trailer 3,500 lb GVWR Single axle with 100 gallon tank 5-20KW, MFR: Generator Joe, Stock number GRTR-3500T. The trailer must be a single DEXTER type 3,500 LB. axel, 2 inches ball coupler, 2,000 lb. tongue jack with sand shoe, DOT wiring package  enclosed in ? inches steel conduit, 6 way round trailer plug, Stainless steel flush mount tail lights, Rear stabilizer jacks, ST205/75D15 load range C tires on white spoke wheels, Heavy duty steel plate step fenders, 2-5/16 inches x 30 safety chains with 3/8 inches hooks, Electric brakes with safety br eak-away, Integral single walled fuel tank (100 gal. capacity), Direct reading manual fuel gauge, Fuel fill and vent, Fuel pick-up and return ports, Mounting rails for your specified GenSet, Primed gray primer, Semi-gloss black finish. Standard Specificat ions: GVWR 3,500 lbs., Load capacity (less fuel) approximately 2,500 lbs., Deck size 48 inches x 96 inches, Deck height 28 inches (approximately), Hitch height 22 inches (approximately), Empty weight 1,000 lbs. (approximately). Construction Features: Fram e rail material  2 inches x 6 inches x 11 gauge rectangular tubing, Cross members  6 inches junior I-beam, Top deck  1/8 inches diamond floor plate, Mounting rails for GenSet  3 inches standard channel, Tongue material  2 inches x 4 inches x 11 gauge rectangular tubing, Fenders  heavy duty steel plate, Stabilizer jacks  adjustable  2 inches x 11 gauge square tubing, Bottom tank sheet  10 gauge smooth plate. Double Walled Tank Specifications: Same as standard tank specifications. Exception as foll ows: Load carrying capacity (less fuel) 2,350 lbs., Deck height 28 inches (approximately), Empty weight 1,150 lbs. (approximately), Frame material  2 inches x 6 inches x 11 gauge rectangular tubing. Optional Features: Electric brakes (includes 3 inches P intle ring), 2-5/16 inches fixed ball coupler.), Adjustable ball coupler, Hydraulic surge brakes (includes 3 inches Pintle ring), 2-5/16 inches fixed ball coupler, Adjustable ball coupler, Spare tire & wheel, Four tie-down rings, 12 inches x 24 inches x 8 inches lockable tool box, 30 inches x 36 inches x 18 inches lockable cable/tool box, Lockable brass fuel cap, Aluminum diamond floor plate fenders, Custom paint colors, Powder coat paint finish. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6 -07-T-0088. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 335312 (1000) size standard in number of employees applies to this procurement. The following provis ions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors  Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions  Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial It ems, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: this is a brand name or equal, see FAR 52.211-6. FAR 52.219-27; FAR 52.219-27; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.225-13 and FAR 52.232-33. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifica lly, the following clauses cited are applicable to this solicitation: DFARS 252.211-7003, DFARS 252.232-7010, DFARS 252.225-7035, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, and DFARS 252.247-7023, ALT III. The follo wing FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), and DFARS 252.204-7004 Alt A, Centr al Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG and OSHA Standards. All quotes must be emailed to Miss. Dayna Parkin at dayna.parkin@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Miss. Dayna Parkin at dayna.parkin@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local t ime at U.S. Army Dugway Proving Ground, Utah), Thursday, 16 Aug 2007.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01360425-W 20070804/070802222039 (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.