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