Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
MODIFICATION

23 -- Belly Dump Trailers

Notice Date
5/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952) 1220 SW 3rd Avenue, 12th Floor PORTLAND OR 97204 US
 
ZIP Code
00000
 
Solicitation Number
L17PS00401
 
Response Due
5/16/2017
 
Archive Date
5/31/2017
 
Point of Contact
Cyr, Brian
 
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. Solicitation no. L17PS00401 has been issued as a Request For Quotation for a firm fixed price commercial items supply contract for 2 each, Belly Dump Trailers, located at Coos Bay District Office, OR at one lump sum price. The required delivery date is 14 Weeks ARO. The delivery location and place of acceptance is Coos Bay District Office 1300 Airport Lane, North Bend, OR 97459, F.O.B. Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated January 13, 2017. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. 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 Statutes Or Executive Orders - Commercial Items, applies to this acquisition 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). Alternate III (May 2014) of 52.225-3. 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 the Treasury). 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) (31 U.S.C. 3332). One or more of the items under this acquisition is subject to Free Trade Agreements. This requirement is set-aside for SMALL BUSINESS. The NAICS code is 336212 and the small business size standard is 1,000 employees. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1 Offers are due by 11 MAY 2017, 1300 Pacific Time, at location]. For information regarding this solicitation, contact Robert Sung, rsung@blm.gov. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (APR 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury ¿s Invoice Processing Platform System (IPP). Payment request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice 1.Invoice billed according to contract line items and rates. 2.If partial payment is billed and the invoice states a lump sum, the invoice shall include an itemized breakdown and narrative progress summary of the work performed during this invoice period. 3.If final payment is billed, the last invoice shall state FINAL. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contract (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) SPECIFICATIONS: 1. Type: Tandem Axle Cross Gate Belly Dump Trailer 2. Trailer Features: -8-ft wide -10-12 cubic yard capacity -Extended upper hopper opening minimum 24-in x 90-in CLARIFICATION on hopper: this is a metal plate extension that limits materials from spilling over and damaging the metal shed plates on the front and back of the trailer. -Turn table, double roller bearing -12 to 13 - ft Fixed draw bar, Tube and eye design drawbar with safety chains and winch strap to suspend drawbar -Minimum 3/16-in Hi-tensile steel sides -Minimum 3/16-in Hi-tensile steel bottom -T-1 Steel and tubular frame structure -1/4-in AR plate 52 degree slope front and rear of hopper -Roll tarp with side operated hand crank. -Upper metal shed plates front and rear with 13 to 14-ft opening bang board for 2x6 (no wood) CLARIFICATION on shed plates: metal side rails not the commonly used wood 2x6. -Rubber flaps (rear only) -Standard valve gate trip recessed in side for manual dumping NOTE on trailer length: Length is extremely important due to the tight areas they have to operate and turn the trailers around. The wheel base needs to be minimum 16'8" to maximum 16'10". The frame is 20 ft long. The trailer tongue needs to be fixed and as close to 12'4" as possible as that is what we have now, measured from the drawbar hinge, center, to the center of the eyelet on the pintle hook. 3. Axles and Suspension: Two (2) 22,500 lb minimum rated for each axle CLARIFICATION axles: There are single axles (front and rear) with dual tires on each. Each axle needs to be 22,500 lb rated on each. 4. Tires: Radial tires size: 11R24.5 5. Lights: L.E.D. tail lights and L.E.D. Marker lights 6. Paint Color: Grey or white 7. Nationwide 1-year Commercial Warranty 8. (2) Full Sets of Parts/Service Manuals or CDs w/schematics Q1 - What type of truck will be pulling this dump trailer? A1 - 14 cubic yard end dump Q2 - Are you requesting 5th wheel style hook up? A2 - No. Pintle hitch
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L17PS00401/listing.html)
 
Record
SN04507529-W 20170514/170512235646-6c8f4e6c55c3f0a324e733058b21a838 (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.