Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

23 -- Livestock Trailers

Notice Date
6/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250, UNITED STATES
 
ZIP Code
95959-2250
 
Solicitation Number
AG-91U9-S-07-0008
 
Response Due
6/27/2007
 
Point of Contact
Carrol Jagger, Contracting Officer, Phone 530-621-5232, Fax 530-621-5258,
 
E-Mail Address
cjagger@fs.fed.us
 
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; quotations are being requested and a written solicitation will not be issued. This is a request for quote (RFQ) AG-91U9-S-07-0008, for Livestock Trailers. Quotation are due by 10:30 am, June 27, 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17. Non-manufacturers must furnish in the performance of the contract, the product of a small business manufacturer, which end product must be manufactured or produced in the United States. The NAICS for gooseneck livestock trailer is 336212. Small size standard for the manufacturer of the item would be 500 employees. GOOSENECK BARRETT LIVESTOCK TRAILER 20 Feet or EQUAL CLIN 0001: 3 EACH ____________________ Each trailer is to be designed to hold 6-8 horses and shall have the following salient characteristics: Minimum overall outside width: 8 feet 6 inches Not to Exceed 9 feet Overall Box Length: Minimum 20 feet to 21 feet Minimum Interior Height: 7 feet Minimum Interior Width: 7 feet All aluminum construction; one piece aluminum roof Aluminum stock floor Two (2) 7000 pound minimum rubber torsion axles with electric brakes DOT approved running and tag lights Hitch: 2 5/16 inches with breakaway switch, battery, and skip hook safety chains Drop leg single speed jack Loading lights LED brake/tail and clearance lights Flush mounted tail lights Tapered wheel wells 8-bolt hubs with 7.50 x 16 tires/rims Spare tire and rack ? same size as trailer tires Walk in side door (opposite to driver side ) curbside Floating center gate Double rear doors Calf swing open gate in nose Floor mats Wall matt or wall liner GOOSENECK 20 FOOT STOCK COMBO TRAILER (NO BRAND NAME) CLIN 0002: 1 EACH ____________________________ HEAVY DUTY/STOCK COMBO TRAILER 20 FT. LONG (tack room included in this length) 16 FT. ANIMAL FLOOR AREA MINIMUM 7 FT. WIDE - INTERIOR MINIMUM 7 FT. HIGH - INTERIOR ISOLATED TACK ROOM (no urine running into tack room) 4 EACH SADDLE RACKS ESCAPE DOOR (front) CENTER GATE SPARE TIRE ?? RUBBER MATS ALL ALUMINUM CONSTRUCTION; ONE PIECE ALUMINUM ROOF WALL MAT OR WALL LINER ALUMINUM FLOOR 4 FT HIGH SOLID SIDE WALLS TO OPENINGS TANDEM HVY DUTY AXLES ? MINIMUM 7,000 LBS PER AXLE GOOSE NECK w/ BRAKE AWAY SYSTEM AND SAFETY CHAINS FULL LENGTH RUNNING BOARDS The USDA Forest Service is self licensing. No licensing fee will be paid. All other fees and delivery charges are to be itemized and included with the quote. Provide any warranty information, if any. Provide estimated delivery schedule. Delivery expected between 6 to 12 weeks after receipt of order. FOB destination. CLIN 0001 (3 EACH) TO BE DELIVERED TO: USDA ? Forest Service Equipment Shop Attn: Noreen Sellberg 760-873-2562 798 North Main St Bishop, CA 93514 CLIN 0002 (1 EACH) TO BE DELIVERED TO: USDA ? Forest Service Santa Lucia Ranger District Attn: Debbie Chestnut 805-878-4056 1616 Carlotti Drive Santa Maria, CA 93454 452.211-71 EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): _____________________________ Brand Name or Equal Product identified by the Government in this solicitation:________________________________________________ Offered Product Name:_______________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:_________________________________________ _____________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. Since CLIN 0001 of this solicitation is for a ?Brand Name or Equal,? the following information is provided: MANUFACTURER?S NAME AND ADDRESS: Barrett Trailers, LLC 1831 Hardcastle Boulevard, P.O. Box 1500, Purcell, Oklahoma 73080 Email: info@barrett-trailers.com | Phone: (405) 527-5050 | Fax: (405) 527-3206 Web address: http://www.barrett-trailers.com The provisions of 52.212-1, Instructions to Offerors Commercial, and 52.212-2, Evaluation--Commercial Items are applicable. EVALUATION FACTORS AND BASIS FOR AWARD: In addition to price and price-related factors (warranty, repair service locations), award evaluation will be based on experience and compliance with solicitation requirements. These evaluation factors evaluated together are equal to price. In addition to price, offerors should include product literature of offer and information addressing the above factors in their signed quotes (see paragraph 2 below and AGAR Clause 452.211.71 above). MULTIPLE AWARD MAY BE MADE AGAINST THIS SOLICITATION. 1) Experience: The manufacturer shall have a minimum of 5 years of experience of building livestock trailers. 2) Meets or exceeds the salient characteristics above. If other than the Barrett Trailer brand is offered for CLIN 0001, vendors must supply brochures, specifications, or other information that will clearly allow the USDA Forest Service to determine whether or not the offered items do meet or exceed the salient characteristics. See AGAR Clause 452.211.71 Equal Products Offered For CLIN 0002, offered item must meet or exceed specifications. Vendors must supply brochures, specifications, or other information that the offered product(s) do meet or exceed the specification. 3) Price: Evaluation of pricing will be based on the salient characteristics listed above. Vendors may add additional accessory items and pricing but these items will not be part of the evaluation process. Also provide any warranty information, service capabilities, or any other applicable information regarding the trailers. SPECIAL NOTE: In accordance with FAR 213-1(k), prospective awardee(s) shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at http://www.ccr.gov or by calling 888-227-2423. As of January 1, 2005, offerors are required to complete Online Representations and Certifications (ORCA) at http://orca.bpn.gov which are identical to FAR 52.212-3 requirements. Either format is acceptable. Offerors are to provide their DUNS NUMBER and their TAX ID NUMBER with their quotes. All quotes are to be signed. CONTRACT CLAUSES AND PROVISIONS APPLICABLE TO THIS SOLICITATION: All FAR clauses and provisions may be viewed in full at http://www/arnet.gov/far/farqueryframe.html 52.212-3, Offeror Representations and Certification-Commercial Items. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this acquisition. Additional applicable FAR clauses are 52.219-6, Alternate II, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.232-33. Additional FAR clauses and provisions are: FAR 52.211-6, 52.215-5, and 52.214-22 Additional Agriculture Clauses are AGAR 452.211-70, Brand Name or Equal, and 452.211-71, Equal Products Offered. To see the full text of the AGAR clauses go to: http://www.usda.gov/procurement/policy/agar_x/agar04/subchaph.html#21170 Quotes are due by 10:30 a.m., June 27, 2007, at USDA Forest Service, IBET Province, Eldorado National Forest, Attn: Acquisitions Carrol Jagger, Contracting Officer, 100 Forni Road, Placerville, CA 95667 Fax quotes and evaluation documentation will be accepted at (530) 621 5258; Confirmation calls may be made to Carrol Jagger at ((530) 62-5232. Technical questions regarding the specifications are to be made to Mike Heckendorn, USDA Forest Service at 530-621-5289. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 09-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/9A63/AG-91U9-S-07-0008/listing.html)
 
Place of Performance
Address: See delivery locations in solicitation.
Zip Code: 95667
Country: UNITED STATES
 
Record
SN01368303-F 20070811/070809230303 (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.