Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1998 PSA#2032

Contracting Division, Bldg 1116, Camp Lejeune NC 28547

23 -- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS AND CYCLES SOL M6700198Q0007 DUE 030998 POC Staff Sergeant Lerma, Contract Specialist, 910 451 3016 E-MAIL: USMC Contracting Division, Camp Lejeune NC, SSGT MARICELA G LERMA@CONTRACTING@MCB LEJEUNE. This is a combined synopsis/solicitation for commercial items 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. This is a request for quotation (RFQ) and the solicitation number is M6700198Q0007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-02. The proposed acquisition is a small business set-aside. The standard industrial classification (SIC) code for this requirement is 3537 and the small business size standard is 750 employees. ITEM 0001: QTY 40 EA. Trailer, Fifth Wheel Steer; Model HD-6K-48108-WD-PN-SFW-SPL or equivalent, capacity 6000 lbs; steering-drawbar and tow ring with 24"-26" center-to-center separation between tow ring and tongue swivel; deck size-48"W X 108"L between inside of load restraints; deck type-nominal 2" X 6" salt-treated clear pine side-to-side boards with gusseted metal side plates and reinforcements. Side plates to be minimum 3/8" X 2" steel gusseted to minimum 2" X 2" X 1/4" angle-iron frame. Minimum 24 welded reinforcements, including restraint sockets, per trailer between side plates and deck frame; deck height-27" nominal; wheels and tires-6.90/6.00-9 pneumatic, 10 ply minimum; axles-straight or stub-type with tapered spindles and 2 standard tapered bearings per wheel. Axles to be sized and mounted to provide sufficient support for trailer with 6000 lb load. Trailers will be towed at slow speed over roads by warehousing tractors and will be routinely crossing railroad tracks; load restraints-tubular 1" steel pipe, 36" wide center to center, to fit restraint sockets and extend approximately 30" above trailer bed. One middle side-to-side support bar per restraint. 6 sets of restraint sockets per trailer, 2 on each side and 1 on each end, with 5 restraints per trailer. Restraints to be interchangeable between sockets and trailers, and to be "pinned" in sockets in a manner to prevent jumping out on bumps, but to be easily removed and replaced when required. Through-pin with attached hair-pin cotter or similar type pinning preferred. Sockets to be minimum 3" deep; rear coupler-PH-15 or equivalent pintle hook with extra bracing; finish-safety yellow enamel/varnish; safety-triangular "Slow Moving Vehicle" sign bolted to rear; miscellaneous-drawings and specifications to be submitted with proposals; specifications for "Slow Moving Vehicle" sign-replaceable upright truncated equilateral triangle of approximately 1/16 inch thick metal bolted to a 1/4 inch thick steel plate of the same size. Steel plate is to be welded to the outer rear rail of the trailer deck, or bolted through with at least two minimum 3/8 inch diameter grade five galvanized bolts. The truncated triangle is to be approximately 12 1/2 inches on each side, with 3 5/8 inch flats at each of the three truncations. Top to bottom measurement will be approximately 14 inches. Colors are to be reflective red and fluorescent orange (a 2 inch border of red, with a 12 1/2 inch orange triangle inside). The holes in the plate for bolting the sign to the plate should be situated so they will be approximately 1 inch inside the top and bottom of the orange triangle portion of the sign. OFFERORS ARE REQUIRED TO SUBMIT DRAWINGS, SPECIFICATIONS, AND DESCRIPTIVE LITERATURE WITH THIER QUOTES. DELIVERY FOB DESTINATION to FREIGHT TRAFFIC BRANCH, CAMP LEJEUNE, NC 28542. Quotes other than FOB DESTINATION will be rejected. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS; FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (AWARD WILL BE BASED ON TECHNICAL CAPABILITY, PAST PERFORMANCE, AND PRICE); FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OFFERORS SHALL PROVIDE A COMPLETED COPY OFTHIS PROVISION WITH THEIR QUOTE); FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, including the additional FAR clauses cited within the clause under Paragraph (b)(6) through (9); DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS INCLUDING BY REFERENCE DFARS 252-225-7036 NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT; DFARS 252.225-7035 NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT- BALANCE OF PAYMENTS PROGRAM CERTIFICATE AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OFFERORS SHALL PROVIDE A COMPLETED COPY OF THIS PROVISION WITH THEIR QUOTE). Offerors are required to provide their Contractor's DUNS Code and Commercial and Government Entity (CAGE) code with their offer. The CAGE code entered must be for that name and address provided by the Contractor. All responsible sources may submit an offer which will be considered. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0240 19980213\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page