Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2024 SAM #8338
SOLICITATION NOTICE

23 -- Cargo Trailers and Flatbed Trailer

Notice Date
9/23/2024 7:13:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q24R0029
 
Response Due
9/25/2024 12:00:00 PM
 
Archive Date
10/10/2024
 
Point of Contact
SSG ERIN MILLER, David Oglesby
 
E-Mail Address
erin.d.miller5.mil@army.mil, david.a.oglesby.civ@army.mil
(erin.d.miller5.mil@army.mil, david.a.oglesby.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q24R0029 is being issued as a Request for Quotation (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2024-06, Effective August 29, 2024 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) dated September 16, 2024. This requirement is a small business set aside under NAICS 336212 with a size standard of 1,000 employees. The MS Army National Guard has a requirement for trailers with the following minimum specifications: CLIN 0001 � Cargo Trailer (4 each) Dimensions: 7 feet (width) by 16 feet (length). Construction: Sturdy and durable construction capable of withstanding heavy loads and rough terrain. Interior Features: Equipped with tie-down points, shelving units, and interior lighting for efficient organization and safe transport of cargo. Doors: Rear ramp door for easy loading and unloading of cargo. Security Features: Lockable doors and secure latching mechanisms to prevent unauthorized access. Load capacity of 8,000lb or greater Standard commercial warranty equal to that offered in the commercial market CLIN 0002 � Flatbed Trailer (1 each) NO GATE: MUST BE SLIDING RAMPS IN LIEU OF GATE Dimensions: 6 feet (width) by 12 feet (length) Construction: Heavy-duty steel construction with reinforced decking for hauling bulky or oversized items. Load Capacity: 10,000 lbs. or greater; Sufficient to accommodate heavy machinery, equipment, or materials. Hitch: Compatible with standard hitching systems for towing behind government vehicles. (2� hitch) Safety Features: Equipped with reflectors, brake lights, and other safety features to ensure visibility and compliance with road regulations. Standard commercial warranty equal to that offered in the commercial market. Delivery to: USPFO Warehouse ATTN: R&R, SFC Seymour 144 Military Drive Flowood, MS �39232 Delivery: FOB Destination within 4-6 weeks ARO Basis of Award: The government intends to award a purchase order to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106 and is based on Best Value to the Government in terms of (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past Performance History. Technical shall be weighted higher than price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) Price quote to include itemized description of what is included in the quote (2) detailed specifications and product literature (pictures) that sufficiently describe the product being offered. �(3) Lead time for delivery. Note: Quotes submitted without detailed product information and/or only restate the government provided specification will not be considered acceptable and shall be removed from further consideration. This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price offers will be evaluated. Along with your quote, please provide the country of origin for the products quoted, the Company Name with CAGE Code, TIN, UEI, Company POC with contact information (email and telephone number), and prompt payment discount terms (i.e. Net 30). SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online, go to http://www.sam.gov/. It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquisition.gov/. Please see attached listing of Clauses and Provisions. Deadline for receipt of your quote is established for no later than 2:00 P.M. Central Daylight Time (CDT), Wednesday, September 25, 2024. Please email quote to erin.d.miller5.mil@army.mil and david.a.oglesby.civ@army.mil. All questions concerning this requirement must be submitted by Tuesday, September 24, 2024, at 11:00 AM CDT. Questions will be answered via an amendment to this solicitation. Questions are to be submitted electronically to erin.d.miller5.mil@army.mil and david.a.oglesby.civ@army.mil. Please ensure the solicitation number �W9127Q-24-R-0029� is included in the subject line of all email correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d714e7f5b4a24fabbef78bb6a5e9b505/view)
 
Place of Performance
Address: Flowood, MS, USA
Country: USA
 
Record
SN07221206-F 20240925/240923230113 (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.