Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2023 SAM #7912
SOLICITATION NOTICE

H -- USMS IOD TRAILER

Notice Date
7/25/2023 9:15:16 AM
 
Notice Type
Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
OFFICE OF PROCUREMENT, INFRASTRUCTURE SUPPORT SECTION � A47 LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M10323QA4700080
 
Response Due
7/31/2023 11:00:00 AM
 
Archive Date
08/15/2023
 
Point of Contact
Christopher Saunders
 
E-Mail Address
christopher.saunders@usdoj.gov
(christopher.saunders@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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. The following solicitation, 15M10323QA4700080, is issued as an invitation to provide quotes for the following requirement. This will replace the previous solicitation 15M10323QA4700062. The following Requirement is being solicited as a Small Business Set Aside, with an active SAM registration reflecting a Small Business Certification under NAICS 336212, Truck Trailer Manufacturing. The following will be posted from July 11 to July 26, 2023 and is an invitation to receive quotes from potential offerors. Line Item : (2) IOD Trailers. See specifications below. This requirement will be awarded as a Fixed Price Award, all invoices must be submitted to the Government in the Invoice Procssing Platform. Delivery Site: USMS TOG-VSU 8730 Morrissette Drive Springfield, VA 22152 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are considered equal : 1. Delivery Schedule 2. Price 3. Technical Acceptability in being able to meet the specifications outlined in the requested trailer physical specifications. 4. Vendor location should it be reasonable for the Government to pick up the trailers as opposed to delivery. 5. Nation-wide or Geographic Footprint in order to service various USMS Districts and locations through out the CONUS. Instructor to Offerors 1. Capability Statements or Brochures must entail the understanding and competency to meet the requirements set forth in the Item Specifications, which are also outlined here: a. Trailer Specification Requirements: � Aluminum construction � Bumper-pulled and compatible with existing USMS vehicle tow package (Images can be referenced in attachments of solicitation) � Size of trailer not to exceed 7� Wide x 14� Long (excluding hitch). � Approximate 6� 6� interior height. � Industry Standard 2 5/16� coupler. � Tandem 3500# axles with electric brakes. � Full electrical package with interior and exterior LED lighting. � Wiring harness able to adopt to 7 ways round coupler and or 4-way flat plug with locking mechanism. � On board 7KW Generator capable of operating all systems and ancillary lighting. � Frame mounted fuel tank to provide 48 hours of run time to meet typical Mobile Command / Rural Operations command center. � Panel and insulated for use in inclement weather. � Medium duty rear ramp door to provide versatility for loading/unloading. � Interior storage and work surfaces to accommodate multiple uses. � Material on hand (no backorders or supply chain issues) and the capacity to produce the trailers quickly upon contract award. 2. Questions must be submitted to the Contract Specialist, by email to christopher.saunders@usdoj.gov and will be accepted up until 2 calendar days of the solicitation closing date. 3. Additionally, a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with offers. 4. Quotes must be submitted in PDF or MS Word and only by email to christopher.saunders@usdoj.gov The following clauses and agency policies are applicable to this solicitation and will be incorporated into award. USMS-0001 Release of Residual Funds ($100 or Less) USMS-0002 Release of Residual Funds (Greater Than $100) USMS-0012 Contracting Officer's Representative (COR) USMS-0013 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services DEC 2022 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Products and Commercial Services (Jun 2023) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a37df5002165459b9ae9f2561467587d/view)
 
Place of Performance
Address: Springfield, VA 22152, USA
Zip Code: 22152
Country: USA
 
Record
SN06762189-F 20230727/230725230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.