Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

23 -- Custom Flatbed Trailers, Fort Bragg, NC

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124707T0250
 
Response Due
9/7/2007
 
Archive Date
11/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; quote s are being requested and a written solicitation will not be issued. (ii) The Solicitation document W91247-07-T-0155 is issued as a Request for Quote (RFQ) for Custom Flatbed Trailers. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. (iv) Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 336212, SIC co de 3715 and size standard is 500 employees. This solicitation is issued under FAR Part 13.5, Test Program For Certain Commercial Items. (v) This requirement is to provide 8 custom flatbed trailers intended to operate within the confines of the Deployment Facility only, not on public highways. These modified trailers will be used to move large quantities of cargo and ammunition on Air Forc e 463L pallets and Heavy Air Drop Platforms. The trailers are intended to be used with a Yard Tractor with an elevating 5th wheel to level the loads out. Specifications for these trailers are provided below: " 45  53 feet in length " Capable of hauling 60,000 lbs " Pneumatic retractable roller track systems spaced to handle Air Force 463L pallets (108 in x 88 in) as well as both Type 5 and DRAS Heavy Drop Platforms (108 in width and 88 in width). " Equipped with locking devices to secure the loads during transport. Locking devices shall be similar to those on the Air Force 60 D-Loader. " Controls for the retractable rollers, the trailer elevating system and the yard tractor elevating system must be installed in both the yard tractor and at the rear of the trailer. There are four yard tractors so a control box and wiring harness will be n eeded that will plug and unplug the trailer from the tractor. This is needed to prevent the driver from having to get in and out of the cab to make adjustments to level the system. The controls located on the trailer shall be wireless or wired with a 15 ft cord for safety. A storage box shall be mounted on the trailer to hold the remote control. " There shall be a level indicator installed on the sides of the trailers to provide the driver with the exact level when traveling and when aligning to docks. " Standard rails with strap winches on the outside to act as secondary restraints. " Chain tie down rings along the outside to act as an alternative restraint. " Locking devices to secure both 20 ft and 40 ft ISO Milvans, locking devices shall either be retractable or a drop in type. If designed to be drop in, a storage bin shall be constructed on the trailer for storage of the devices. " An elevating suspension system to elevate and depress the rear of the trailer to match the varying heights of the high docks at 4 different locations. The range of elevation must be 45 in  65 in. " Pockets for 72 in fork lift tines shall be installed at the rear of the trailer to facilitate loading and unloading of palletized cargo with a fork lift. Pockets shall be within the following range: inside 42 in and outside 63 in and centered left to ri ght. " Lights and hookups shall be the standard for over the road trailers (no military blackout drive lights are necessary). " The first trailer must be a prototype with on site testing at the US Army Arrival/Departure Airfield Control Group (A/DACG) located on Pope AFB, BLDG W-1967. " Production of additional trailers shall not begin until testing is completed by the Subject Matter Experts at A/DACG and approval to move forward has been directed by the Fort Bragg Directorate of Contracting. (vi) The requirement shall be Firm Fixed Price. (vii) Delivery: The first trailer shall be delivered within 60 days of the contract start date and the remaining 7 trailers shall be delivered within 6 months of the prototype approval date. Ship to: Michael Clever, DOL, Transportation Division, Bldg. W-1 967, Pope AFB, NC, 28310. (viii) The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors  Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.237-1, Site Visit; O fferors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications  Commercial Items. (ix) The following clauses apply to this acquisition: FAR 52.000-4004, Federal Holidays; FAR 52.000-4005, Invoices (see paragraph below); FAR 52.212-4, Contract Terms and Conditions  Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required t o Implement Statutes or Executive Orders  Commercial Items; FAR 52.204-7, Central Contractor Registration, FAR Clause 52.252-2, Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil); DFARS 252.204-7004, Central Contractors Regist ration Alternate A, DFARS 252.212-7000, Offeror Representations and Certifications  Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Ite ms; DFARS 252.225-7002, Qualifying Country Sources. a. FAR 52.000-4005, Invoices. Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. For electronic commerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electroni cally, at little or no cost, visit the following DFAS web site: http://www.dfas.mil/ecedi. TO ACCESS PAYMENT STATUS ELECTRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), Vendor Pay, Department 3800, 8 899 E 56th Street, Indianapolis, IN 46249-3800. Payment will not be made under this contract until all items have been received. b. Applicable clauses under FAR 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.22 2-3, Convict Labor; 52.222-19, Child Labor  Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietna m Era, and Other Eligible Veterans; 52.222-36; Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Right s Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. c. Applicable clauses under DFARS 252.212-7001: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. (x) ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontracto r manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Offi cers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, email address, identity of contractor employee entering d ata; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-contactors); (8) Predominate Federal Service Code (FSC) reflectin g services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Arm y Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and sub-contractors performed the work (specific zip code in the United States and nearest city, co unty, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by count ry). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database serve r or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific fo rmat for the XML direct transfer may be downloaded from the website. (xi) APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 4) dated 5/29/2007. A copy of this Wage Determination can be found at http://www.wdol.go v. (xii) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: 29084 Engineering Technician IV, $17.67; 29084, Engineering Technician II, $12.75. (xiii) SITE VISIT ARRANGEMENTS. An organized site visit has been arranged to inspect the site where this trailer will be used to give the vendors insight as to the desired function of these trailers. PARTICIPATION IS STRONGLY ENCOURAGED FOR THOSE WISHING TO PROVIDE A QUOTE FOR THIS REQUIREMENT. The site visit will be on Tuesday, August 28, 2007 at 1:00 pm local time. Anyone wishing to visit the site should do so at this time. Those persons interested in attending the site should be at the Directorate o f Contracting, Bldg 1-1333 Macomb and Armistead, Fort Bragg, NC no later than 12:45 pm local time. Electronic notification of attendance must be received no later than 1:00 pm on Monday, August 27, 2007. Point of contact is Stephanie Murphree, (910) 907- 5101, stephanie.murphree@conus.army.mil. (xiv) Submission of quotes shall be forwarded by Friday, September 7, 2007 at 12:00 pm local time. Point of contact for this Combined Synopsis/Solicitation is Stephanie Murphree, Contract Specialist, PH: 910-907-5101 or email stephanie.murphree@conus.army .mil. A formatted copy of this combined synopsis/solicitation can be provided, please request via email.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01379792-W 20070823/070822070634 (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.