Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
SOLICITATION NOTICE

23 -- 1 - Two Horse, Slant Load, Bumper Pull Trailer - Solicitation

Notice Date
4/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-12-0091
 
Archive Date
5/26/2012
 
Point of Contact
Star M. Chandler, Phone: 3032755311, Howard D. Redden, Phone: 3032755288
 
E-Mail Address
schandler@fs.fed.us, hredden@fs.fed.us
(schandler@fs.fed.us, hredden@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Package with Clauses Specifications for 1 each - Two Horse, Slant Load, Bumper Pull Trailer SCHEDULE OF ITEMS Deliver a Two Horse, Slant Load, Bumper Pull Trailer in accordance with provisions, and conditions as specified in the Section C - Descriptions/Specifications to the following location. 1. Two Horse, Slant Load, Bumper Pull Trailer 1 ea. USDA Forest Service 100 North 6th Dolores, CO 81323 POC: Ken Reuer, 303-275-5192 DELIVERY TIME Delivery is required within 30 calendar days after receipt of Notification of Award TWO HORSE BUMPER PULL TRAILER SPECIFICATIONS GENERAL SPECIFICATIONS C.1 Scope of Work. Furnish and deliver 1each, two horse, slant load with tack room, bumper pull, horse trailer, to be used for field going personnel at remote work sites on National Forests. Trailer use conditions will vary from high-speed highways to poorly graded road surfaces, and all types of weather conditions. Due to off road use, MAXIMUM ground clearance is required. The trailer shall be delivered, serviced and ready to use, to the location specified in section C.3 delivery address. The tires shall be properly inflated; the wheel lug bolts be of proper torque; axle bearings adjusted; the light assemblies operational; and electric brake battery and breakaway system installed and operational. The Contractor should notify the Government a minimum of 5 days prior to delivery date of the trailer. Delivery shall be made Monday through Friday between 8:00 A.M. and 3:00 P.M. TECHNICAL SPECIFICATIONS C.2 General Requirements. The horse trailer shall be fabricated from all new materials and be of current production, year, and model. The unit shall be furnished with all parts and accessories necessary for efficient operation, whether all such items are stipulated herein or not. Trailer shall be delivered, serviced and ready to use, to the location specified. The tires shall be properly inflated, wheel lug bolts shall be properly torqued, axle bearings packed with grease and adjusted, light assemblies operational, and electric break-away system installed and operational. C.2.1 Size • Total overall length, including tongue, shall not be less than 14 feet nor more than 15 feet, including hitch. • The minimum inside height from floor to ceiling shall be not less than 6 feet 8 inches. C.2.2 Structure For durability, due to the large percentage of off road use the trailer's perimeter frame uprights shall be of manufacturer's strongest construction. Aluminum frame and triple wall construction is required. • Aerodynamic front wedge design with diamond plate on lower portion. • Stock compartment dimensions to have approximate 9 foot long wall, 5 ½ foot short wall, 7 foot wide, with divider. • Front tack area with a solid short wall and a 32 inch lockable exterior door on passenger side. • Two place saddle rack with bridal hooks. • Interior dome light in tack room and horse compartment. • Doug Fir or treated wood floor with rubber floor mat on entire floor • Solid swing one piece rear door. • Floor cross members on maximum 16 inch centers • Two inside tie hoops required. • Four outside tie hoops, (two on each side), • Electrical connector plug to be 7 prong RV type. • Two pop up roof vents and 7 inch air gap near top of side walls in stall area. • Color to be Manufacturer's standard white or silver. • Horse trailer shall be rated at min 7,000 GVWR and equipped with two 3500# torsion axles with electrical brake both axles DOT compliant. • ST rated radial tires that meet or exceed the GVWR of the trailer, spare wheel and tire mounted in tack area with jack, lug wrench, and stabilizing jacks (minimum 4,000 lb. capacity) are required. • Rubber mounted sealed LED tail lights, with reflectors and lighting to meet DOT regulations. All wiring to be protected and enclosed. • 2 5/16 inch coupler and 2 safety chains with breaking strength equal to GVWR. • All external wiring for the lights and brakes shall be enclosed and protected within a wiring harness in the framework of the trailer and so fastened that it cannot become dislodged by rocks, roots, brush, vibrations. Wiring that is routed through metal panels shall be protected with rubber or plastic grommets. Shall be equipped with LED exterior lights. • A lighted license plate bracket shall be provided on the rear of the horse trailer. C.2.3 Bidders Literature Manufacturer's literature shall be required ADDITIONAL REQUIREMENTS C.3.1 Warranty The manufacturer's standard warranty is acceptable. The start of the warranty period shall be the date of acceptance. C.3.2 Statement of Origin or Bill of Sale Document for each trailer shall be sent to: U.S.D.A. Forest Service, Attn: Ken Reuer, 740 Simms Street, Golden, CO 80401. USDA Forest Service shall be used as owner's name. Manufacturer's Label and RVIA Certification shall be attached to the trailer(s). C.3.3 Delivery Address: The trailer shall be delivered to: USDA Forest Service 100 North 6th Dolores, CO 81323 POC: Ken Reuer, 303-275-5192 Submit your proposal package to: USDA Forest Service, Rocky Mountain Region, AQM POC: Star M Chandler 740 Simms Street, Golden CO 80401 The Government must receive your proposal no later than the time and date specified in the request for proposal or subsequent amendment(s). General Format, submit your proposal in two parts, Part I Cost/Price Proposal, Certification and Representations, and any other information required in the Request for Proposal, Part II shall contain your Technical Approach including a Schedule, a complete resume of past performance information, and Quality Control Plan. Table of Contents: The table of contents shall be sufficient to locate important elements of the proposal. Proposal clarity, organizations and cross referencing are strongly encouraged. Contractor should provide sufficient detail for all items addressed in the Request for Proposal. "Instructions, Conditions and Notices to Offerors." Proposal shall be limited to 20 single sided pages using only 8 ½ by 11 inch paper for hard copy submissions. Do not use fold-outs (e.g.11" x 14" or 11" x 17" sheets) unless another paper size is specifically authorized in this section for a particular submission. Do not use a font size smaller than 10, an unusual font style such as script, or condensed print for any submission. All page margins must be at least one inch wide, but may include headers and footers. The offeror shall label and tab their proposal consistent with the solicitation format index below. Each page of the proposal shall have the page number on the bottom of the page. The preferred method for assembling your proposals is to use three-ring binders; however, the use of press board or other report covers with compression or type fasteners is acceptable. Do not use plastic multi-hole/spiral binding systems, heat binding systems, or other systems, which do not facilitate the ready insertion of additional pages. Provide original and one copy. ORAL PRESENTATIONS Oral presentations will not be utilized in conjunction with this solicitation. Detailed Submission Instructions The SF-1449, including continuation pages is to be completed and duly executed with an original signature by an official authorized to bind the company in accordance with FAR 4.102, which includes specific instructions pertaining to individuals, partnerships, corporations, joint venture participants, and agents. Any and all amendments must be acknowledged by the contractor in accordance with instructions on the Standard Form 30, Amendment. Additional Instructions The contractor must have electronically completed the annual representations and certifications on the "Online Representations and Certifications Application" (ORCA) website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-12-0091/listing.html)
 
Place of Performance
Address: The trailer shall be delivered to:, USDA Forest Service, 100 North 6th, Dolores, Colorado, 81323, United States
Zip Code: 81323
 
Record
SN02735040-W 20120502/120430235909-33ee77e2dc542dc5d3a02c63d17c4b95 (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.