Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

23 -- Modification of 70 Ton Tank Trailer Specifications

Notice Date
8/20/2008
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-08-T-0153-REV1
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
Thomas Campana, 410-278-0876<br />
 
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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-08-T-0153 Rev 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-26. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 333924 and the Business Size Standard is 750. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: CLIN 0001 2 EA 70 Ton Tank Hauler/Trailer with the following characteristics: Each trailer must have 70 Ton capacity, 12 feet wide, and no more than 50 feet long. The trailers each must be able to support a load distribution of 54,000 lbs at the king pin; 120,000 lbs suspension; for a total capacity of 174,000 lbs. Description of End Item Use: In addition to the characteristics noted above, 70 Ton Tank Hauler/Trailer must be capable of meeting the following End Item Use requirements: 70 Ton Tank Hauler/Trailer will be used for local (on-post transport) of disabled M1 Abrams tanks and other military vehicles. Vehicles will be lifted via crane or lift from either the side or rear of the trailer. 70 Ton Tank Hauler/Trailer will not be used on rugged terrain on a routine basis. Revised requirements are as follows: 1. Trunnion suspension required, not air ride suspension 2. 4 axles with a min capacity of 30 K lbs each. 120,000 Load distribution at the suspension adequate to preclude premature failure for the uses stated above. 3. Minimum 20 D-rings for tie down purposes located in the following areas - 2x on Gooseneck, 8x on each side of the trailers, 2x rear topside 4. 108 inch swing clearance 5. Two REMOVABLE Kingpins (standard and large sizes) with 12 inch and 24 inch settings but must be capable of sustaining the 54,000 lb load 6. Flat, closed deck entire length of trailer 7. ABS braking not required 8. Painted Green 9. Total Max length of trailer not to exceed 50 feet 10. Unladen Fifth Wheel Height Range - 49 inches min to 54 inches max 11. Minimum Ground Clearance - 15 inches 12. Minimum Tire Requirements - 315/80R22.5, Load Range J There is no specific requirement for additional appurtenances (such as ramps, step decks, etc.) or add on features (such as hydraulics) HOWEVER if the offeror elects to provide same as part of their commercial solution, they must be capable of supporting loads as stated in CLIN 0001. NOTES to Offerors: 1.Federal Excise Taxes should be included in all offers, and offerors should price this separately. 2.Offers shall note the lead time or approximate delivery date for items offered Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. This solicitation is eligible for the HQ, Army Contracting Agency (ACA) Executive-Level Agency Protest (ELAP) program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACAAI 5152.233-9000, Army Contracting Agency Executive Level Agency Protest Program is applicable. Additional information for ELAP may be accessed electronically at: http://www.aca.army.mil/docs/Community/ ACAprotest.doc The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 03:00 PM EST August 28, 2008 via fax at 410-306-3806 or email to thomas.campanajr@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Thomas Campana, Acquisition Program Officer, via email at thomas.campanajr@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c406ddc3afe08942026aa7aa715a3d5f&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01646420-W 20080822/080820222823-c406ddc3afe08942026aa7aa715a3d5f (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.