Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOLICITATION NOTICE

39 -- PLATFORM TRAILERS

Notice Date
3/31/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
31704
 
Solicitation Number
M6700408T0091
 
Response Due
4/30/2008
 
Archive Date
5/15/2008
 
Point of Contact
Dan Beaulieu (229)639-6754 daniel.beaulieu@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
39- PLATFORM TRAILERSSOLICITATION NUMBER: M67004-08-T-0091 SOLICITATION CLOSES 30 APRIL 2008, 4:30 P.M. EST Point of contact: Dan Beaulieu, Contracts Dept. (Code S1922) P.O. Drawer 43019, MCLB Albany, GA 31704, (229)639-6754, email daniel.beaulieu (preferred).FAX (229) 639-6773. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. NAICS 333924 Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing /size standard of 750 employees applies. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. The trailer’s destination is Marine Corps Logistics Command, Maintenance Center Barstow, CA 92311. CLIN 0001: Four (4! ) each Platform Trailers, Industrial Type, 20 Ton, SPECIFICATIONS: Rated Load - 40,000 lbs, Platform Length 240”, Center-Line Pintle-hook Height - 13.25” +/-, Drawbar Pivot Height - 13.25” +/-, Drawbar Length - 66” max.,Deck Height - 22”. ADDITIONAL SPECIFICATIONS: Load Capacity: 40,000 lbs min., Platform: 240” X 96” smooth structural steel supported by load members. No Forklift and/or Stake Pockets. Steering: Drawbar fifth-wheel., Drawbar: The drawbar shall have a 4” diameter towing eye. The center-line engagement height of the drawbar shall not be greater than 13.25” when towing the trailer at rated load. Coupler: The rear coupler shall be a safety “C” type pintle-hook and will be centered. The coupler shall be spring loaded and designed to mate with the 4” towing eye described above. The coupler shall be capable of withstanding the thrust and pull of an identical trailer loaded to capacity. Wheels: Eight (8), four sets of two, demountable, w/tapered high quality roller bearings and grease fittings for pressure lubrication. Tie-Down Brackets or D-Rings: Twelve (12), Two on each end and four on each side, evenly spaced. Tires: Solid polyurethane, pressed-on. Metal Preparation: Trailer comp! onents shall undergo corrosion preventative acid wash prior to being primed and painted. Paint Color: FED-STD-595, # 13591 Yellow or the commercial equivalent. “20 Ton Capacity” shall be stenciled on both sides of the trailers. Serializing: The four trailers shall be consecutively stencil serialized 20T001 – 20T004. CLIN 0002: Transportation/Freight: The Offeror’s estimated freight cost from tentative shipper to deliver the trailer’s to MCLB Barstow, CA. 92311, Warehouse 405 West End, Yermo Annex. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 252.211-7003 Item Identification and Valuation; 52.212-1 Instructions to Offerors—Commercial Items; 52.212-3 Evaluation – Commercial Items (Alt 1); 52.212-4 Contract Terms and Conditions – Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (Incorporating - 52.219-6 Notice of Total Small Business Set! -Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration). Offerors responding to this announcement must provide the information required by and 252.212-7000 Offeror Representations and Certifications—Commercial Items with their offer, or indicate that they have entered the information via Online Representations and Certifications Application at https://orca.bpn.gov/login.aspx. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Incorporating - 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Ce! rtain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.247-32 F.o.b. Origin – Freight Prepaid. The offeror must provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil . All responsible small business sources may submit a quote which shall be considered. Emailed (preferred) or faxed quotes with the above stated required information must be rec! eived at this office on or before 30 April 2008. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-APR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700408T0091/listing.html)
 
Record
SN01546228-F 20080404/080403042549 (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.