Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

23 -- BIKE TRAILERS, EACH TRAILER MUST HAVE 12 BIKE CAPACITY (QTY= 2 each)

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - MIMA Minute Man National Historical Park 174 Liberty Street Concord MA 01742
 
ZIP Code
01742
 
Solicitation Number
E11PS01226
 
Response Due
6/14/2011
 
Archive Date
5/30/2012
 
Point of Contact
Carol Valiton Purchasing Agent 9783187820 Carol_Valiton@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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. This is solicitation number E11PS01226 and is issued as a Request for Quotations (RFQ). This procurement is set-aside for small business concerns, NAICS code 423860, 100 employees. LOCATION: Place of delivery and acceptance is FOB Destination at CAPE COD NATIONAL SEASHORE, 99 MARCONI SITE ROAD, WELLFLEET, MA 02667. Delivery 45 days from receipt of order. DESCRIPTION: Bike Trailers, each trailer must have 12 bike capacity (QTY = 2 each). Trailers require the following specifications: "Trailers must ride smoothly and evenly over varied terrain in order to keep bikes stable and damage-free."Space bike racks at 12" centerline increments, with adjacent bicycles offset and pointed towards opposite sides of the trailer." Federal D.O.T. compliant and street legal in all 50 United States."Trailer frame shall be constructed of heavy-duty structural steel channels and tubing. "Trailer dimensions 180" long and 76" wide, load height approximately 28"."Gross Vehicle Weight Rating 2,000 lbs. "For 2" ball hitch rated Class III or higher. "Optimum ball elevation is 18". "No trailer brake connection required. "Trailer equipped with wheeled tongue jack rated to 800 lbs. "Trailer to employ independent suspension axle with EZ-lube spindles. "Low profile tires and fenders. "Standard brake, tail, and license plate lights shall be included, including all wiring and connections. "Trailer lighting system to be connected to the towing vehicle via a standard "Flat 4" connector that shall be provided as part of lighting system. "Reflectors shall be mechanically attached on sides and rear for increased visibility."Front wheel hook and rear wheel hoop that does not require any attention from the user."Bike Racks to have powder coated finish. "All fasteners and exposed or moving parts either stainless steel or plated with high grade yellow zinc-dichromate."Provides corrosion resistant coating to ensure long lasting durability."Trailer frame to be sandblasted after fabrication, finished with three layers of paint: a Zinc Clad II primer, followed by Re-coatable Epoxy, then Acrolon polyurethane. Note to Offerors: "Offerors shall explicitly and completely identify any and all exceptions taken to the requirements of this specification. Drawings, literature, and any other information submitted with offer shall not constitute a stated or implied exception unless specifically identified in writing as an exception and accepted and implemented by an amendment to the solicitation or modification to the contract. Any exception deemed acceptable by the Government shall only apply to the specific item, requirement, etc. cited, and shall not extend to any other requirement. Materials"Materials shall be as specified herein. When materials are not specified, the vehicle and all parts thereof shall be furnished to provide the intended function, durability, safety, and maintain good long term appearance. All materials shall be new, shall be suitable for the intended purpose, and shall be free of any characteristics or defects in material and workmanship, which may affect the performance, function, durability, and serviceability of the finished vehicle, or detract from its appearance. The government reserves the right to make the final determination of the suitability of all components and their arrangement on and in the vehicle. Corrosion Resistant Materials"Due to the salt air operating environment of Cape Cod, corrosion resistance is a primary objective. The use of stainless steel, aluminum, or other corrosion resistant materials shall be used wherever possible. Strict adherence to the paint and finish requirements listed shall be followed. The government shall review and approve the use of corrosion resistant materials and applications that are not of such materials but may be candidates for a corrosion resistant material."Delivery"Trailers shall be delivered to Cape Cod National Seashore, 99 Marconi Site Road, Wellfleet, MA 02667, FOB DESTINATION. COST OF DELIVERY TO BE INCLUDED IN QUOTE PRICE FOR EACH TRAILER. PRODUCT LITERATURE SHALL BE SUBMITTED WITH QUOTE The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award shall be made to that responsible offeror whose quote will be most advantageous to the Government, price and past performance considered. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at www.arnet.gov). The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, veterans of the Vietnam 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; 2.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act - Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; and 52.232-36, Payment by Third Party. Customary commercial warranty requirements apply to this requirement. MAIL QUOTES TO: Carol Valiton, Contracting Officer, Minute Man NHP, 174 Liberty Street, Concord, MA 01742, by 3:00 pm EST on June 14, 2011. ONLY hard copies of quotes will be accepted. Electronic, facsimile, or email quotes will not be accepted. INCLUDE PRODUCT LITERATURE WITH QUOTE. Contact for questions concerning solicitation terms and conditions: Carol Valiton, Contracting Officer, 978/318-7820, fax 978/318-7800, e-mail carol_valiton@nps.gov. Contact for technical and delivery questions: Karst Hoogeboom, Facility Manager, 508-957-0740 or Don Eaton, 508-349-3785 x295
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS01226/listing.html)
 
Place of Performance
Address: CAPE COD NATIONAL SEASHORE99 MARCONI SITE ROADWELLFLEET, MA
Zip Code: 026670250
 
Record
SN02460401-W 20110602/110531234541-ac1471747ed306931e62f88f48f3a95e (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.