SOLICITATION NOTICE
23 -- Low-bed Trailer
- Notice Date
- 7/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Northern Area, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- AG-9A73-S-15-0012
- Archive Date
- 8/11/2015
- Point of Contact
- JEANNIE E VAUGHN, Phone: 530-226-2702
- E-Mail Address
-
jvaughn@fs.fed.us
(jvaughn@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is AG-9A73-S-15-0012 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. This is a total small business set-aside. the NAICS code is 336212 and the small business size standard is 500 employees. DESCRIPTION - The USDA, Forest Service has a requirement to purchase one (1)each Lowbed Trailer. SPECIFICATIONS FOR LOWBED TRAILER: 35 Ton GVWR 8 Tire 100% A514 T-1 Decking 3" Apitong 18' Length Deck 8'6" Wide 8' Narrow Neck Mechanical Detachable Air Ride Suspension 16-1/2 x 7" Drum Brakes 8-275/70R22.5 Tires Sealco Modular Sealed Wiring System LED Lights, with Rear Flashing Amber Lights Forest Service Green Paint Color (#5032) Overall length of 37'9" with 18' Deck and 8' Goose Neck 21" Loaded Deck Height Rear 12" Beaver Tail with 54" Axle Spreads Cover Plate Over Back End Center Rear Spring Loaded 6' Steel Ramps Tool Box Auxiliary Lighting Sockets Front and Rear of Deck Spare Tire Bracket and Tire Outriggers - 8 per side with 12 3" outrigger clips Rear Oversize Load Sign and Bracket One (1) Year Warranty Delivery by September 30, 2015 Deliver to: USDA, Forest Service Attn: Daren Mueller 1301 Fifth Street Susanville, CA 96130 A minimum of 48 hours advance notice is required prior to delivery. Trailer is to be new and unused. Please provide a brochure and/or descriptive literature for the trailer you are proposing with your quote. Applicable Provisions The Provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. (MAY 2014) (No Addenda). The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be used in provision (a) of that provision. (OCT 2014) the specific evaluation criteria are; Price, Specifications, Delivery Timeline ARO and Past Performance. When combined, non-price factors are approximately equal in importance to price. The Government will make award to the responsible vendor(s) whose quotation, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. Past Performance: Provide a list of at least three (no more than five) current contacts to whom similar items have been sold. Include the business name, contact name, address and phone number of each contact as well as a brief description of the item sold. The Government will query contacts provided and may query other sources for evaluation of the offeror's relevant past performance. The provision at 52.214-21, Descriptive Literature applies to this acquisition and a statement regarding any addenda to that item. Applicable Clauses 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (MAY 2015), applies to this acquisition with the following clauses applicable: 52.222-50, Combating Trafficking in Persons (MAR 2015) (22U.S.C. Chapter 78 and E.O. 13627). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C.3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78) (19 U.S.C 3805 note)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub L. 109-292) (31 U.S.C., 6101 note) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment. (AUG 2013) (31U.S.C., 6101 note). 52.219-6, Notice of Total Small Business Set-Aside of Orders (NOV 2011) (15.U.S.C.644 (r)) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 6444(r)). 52.219-28, Post Award Small Business Representation (JUL 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (39 U.S.C. 4212) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.225-1, Buy American-Supplies (MAY 2014) (41U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payments by Electronic Funds Transfer-System for Award Management (JUL 2013)(31 U.S.C. 3332) 52.211-06, Brand Name or Equal (AUG 1999) AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (FEB 2012) - Alternate 1 (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Section 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b.) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) the Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer of agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Name of Company: _______________________________ Name of Company Representative: _______________________________ Signature of Representative: ____________________________________ Date: _____________________ Please submit any questions in writing to Jeannie Vaughn at: jvaughn@fs.fed.us. QUOTES/OFFERS ARE DUE WEDNESDAY, JULY 27th BY 4:30 PM PST TO: Email (preferred) jvaughn@fs.fed.us, please reference the solicitation number in subject line of email. Fax to: 530-223-1536, or mail to: USDA, Forest Service, Northern California Service Center, Attn: Jeannie Vaughn, 6101 Airport Road, Redding, CA 96002. Offeror also needs to include: Business name and address, DUNS number, and the name and phone number of a point of contact. IF ANY REQUIREMENTS, SPECIFICATIONS OR FEATURES ARE UNAVAILABLE OR RESTRICTIVE, provide a proposed alternative with your quote. IF AN OFFEROR IS NOT ACTIVE IN SAM (The System for Award Management at www.sam.gov), the Offeror must provide a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. An Offeror with an Active SAM Entity is only required to provide its DUNS number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-15-0012/listing.html)
- Place of Performance
- Address: USDA, Forest Service, Lassen National Forest, 1301 Fifth Street, Susanville, California, 96130, United States
- Zip Code: 96130
- Zip Code: 96130
- Record
- SN03793270-W 20150712/150710235305-e6a32a372b0a10a01ef51490d6cc6e68 (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 |