SOLICITATION NOTICE
23 -- Purchase of Five (5) Gooseneck Horse Transport Trailers for the Bridger-Teton National Forest
- Notice Date
- 8/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-4 IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401
- ZIP Code
- 83401
- Solicitation Number
- AG-02NV-S-10-0108
- Archive Date
- 10/1/2010
- Point of Contact
- Kellie Shaw, Phone: 208-557-5766
- E-Mail Address
-
kjshaw@fs.fed.us
(kjshaw@fs.fed.us)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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; proposals are being requested and a written solicitation will not be issued. This is a request for quote (RFQ) No. AG-02NV-S-10-0108; proposal due date is September 10, 2010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 40, effective as of March 23, 2010. 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. Small size standard for the manufacturer of the item would be 500 employees. Quantity and Unit of Measure is 1 each. Price proposal shall include delivery FOB to the Bridger-Teton National Forest, 340 N. Cache Street, Jackson, WY 83001. USDA Forest Service has NO available means to unload trailers. The trailers may either be towed or hauled, but the trailer must be set on the ground prior to final acceptance. If trailer is hauled to Jackson, Wyoming, offloading shall be the successful offeror's responsibility and cost. Delivery shall be coordinated with appropriate Forest Service personnel. GENERAL This project consists of supplying five (5) gooseneck horse transport trailers meeting all of the following specifications: 1. All trailers shall meet U.S. Department of Transportation Safety Standards in effect on the date of manufacture. Equipment offered will be standard production models. 2. All measurements are outside measurements 3. If tack room is specified, stall to tack room partitions shall be full height, floor to roof, and sealed, unless otherwise specified. 4. Trailers equipped with tack room must have solid heavy duty lockable access door (3' wide minimum, not camper style); must be on right side of trailer. 5. Stall walls shall be solid to a height of 60 inches below any openings, no wheel wells inside stall area of trailer 6. Exterior walls of the ½ bull package shall have upright ribs every 12 inches 7. Rubber dock bumper 8. 16" 10 ply radial tires 9. Spare tire and wheel, with spare tire carrier 10. Rubber mats - 1 / 2" minimum - full length including tack room when applicable 11. Sealed marker lights 12. Full height solid rear gate (No open panels); must have ability to lock with paddle lock 13. Breakaway switch with heavy duty dry cell battery 14. Fully encased overhead wiring 15. Torsion bar axles with brakes on each wheel 16. 7-spade standard R.V. type electrical connector 17. Escape door in stall area; must have ability to lock with paddle lock 18. Minimum of two interior lights, one in overshot and one in stall area 19. If equipped with tack room, two lights each in tack room and stall, with separate control switches in tack room and stall 20. 80% of roof must be constructed of approved steel or aluminum sheeting 21. Double walled construction with commercial bedliner type spray lining or rubber lined stall wall including rear gate and front wall to 48" in height 22. All horse trailers shall have two axles and must equal or exceed the gross trailer weight. 23. 2 5/16" coupler 24. 2 Pop up vents in stall area 25. White, baked on paint 26. Steel roof over stall area 27. Spray on gravel guard protection on fenders 28. Spray on gravel guard protection on nose or under overshot; 24" from the bottom leading edge of trailer 29. Electro galvanized sheet metal 30. Backup lights 31. Standard manufacture warranty - offeror shall provide warranty information with price quote and manufacture specifications. Additional Specifications for each Item Number Item #1 Steel slant load 7' X 7' X 18 Gooseneck trailer ½ bull package 3 interior tie rings and 3 exterior tie rings on each side Walk in tack room with three (3) saddle racks Front curb side escape door Items #2, #3 and #4 Aluminum slant load 7' X 7' X 24' Goose neck trailer 4 interior tie rings and 4 exterior tie rings on each side Walk in tack room with three (3) saddle racks Front curb side escape door Item #5 Aluminum slant load 7' X 7' X 20' Goose neck trailer 3 interior tie rings and 3 exterior tie rings on each side Walk in tack room with three (3) saddle racks Front curb side escape door Delivery Date: On or before November 1, 2010. The provisions at 52.212-1, Instructions to Offerors-Commercial, and 52.212-2, Evaluation-Commercial Items are applicable. In addition to price and price-related factors (warranty, repair service locations), award evaluation will be based on past performance and compliance with solicitation requirements. These two evaluation factors evaluated together are significantly more important than price. In addition to price, offerors should include product literature of offer and information addressing the above factors in their proposals. Offerors shall include with their offers the provision at 52.212-3, Offeror Representations and Certification-Commercial Items. This may be obtained at https://www.acquisition.gov/far/. 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 52.203-6 with Alternate 1, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.19, 52.225-1, 52.225-13, 52.232-33. Referenced provisions and clauses may be obtained at the above web site. Quotes are due by 3:00 p.m., September 10, 2010, IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID 83401, ATTN: KELLIE SHAW. Fax proposals will be accepted at (208) 557-5766. Contact Kellie Shaw at (208) 557-5766 for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/02S2/AG-02NV-S-10-0108/listing.html)
- Place of Performance
- Address: 340 N. Cache, Jackson, Wyoming, 83001, United States
- Zip Code: 83001
- Zip Code: 83001
- Record
- SN02254191-W 20100827/100825235201-f354135f395d0dc7e74b9327c65e3d99 (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 |