Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121

National Interagency Fire Center, Bureau of Land Management, 3833 S. Development Avenue, Boise, ID 83705-5354

23 -- TRUCK TRAILERS SOL R220Q980018 DUE 070698 POC Contracting Officer, Kathy Colson, 208-387-5545 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 document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 97-04. Solication R220Q980018 is issued as a Request for Quotes (RFQ). This solicitation is set-aside 100% for small business, the standard industrial code is 3715, Truck Trailers, and the business size standard is 500 employees. The Remote Sensing Fire Weather Support Unit (RSFWSU) at the National Interagency Fire Center (NIFC), Bureau of Land Management (BLM) has a requirement for two each fully enclosed fifth wheel cargo trailers for use with their field support pickup trucks. RSFWSU employees travel to remote locations throughout the Western United States to install and maintain highly technical equipment. The trailers are required to provide security and protection for equipment and off road vehicles. These trailers will be towed approximately 35 percent of the time on secondary gravel/dirt roads and must be as airtight as possible to keep dirt and water intrusion to a minimum. The cargo trailers shall: (1) be 7258 kg. (16,000 lb) gross vehicle weight rating (GVWR) and of the gooseneck style; (2) be 9 m (28 ft) long; Department of Transporation (DOT) approved body width legal in the eleven western states; (3) have 12 gauge radius steel corner posts, extended to the bottom of the frame for maximum vertical horizontal welds; (4) have the chassis' fabricated with tubular main rails and matching height "C" section cross members and square outriggers; (5) have flat exterior vertical surfaces constructed of nonferrous material; (6) have an electrolytic barrier applied between the steel body and aluminum exterior to prevent corrosion; (7) have weather rust and corrosion resistant interior and exterior fasteners and hardware; (8) have a one-piece 30 gauge galvanized roof; (9) have a one-piece 0.080 extruded aluminum roof cove with a formed drip rail providing metal to metal attachment of the roof sheet for structural strength; (10) have DOT approved exterior lighting; (11) have clearance lights wired with molded wiring harness to eliminate bad connections from road vibrations; (12) have factory sealed clearance lights that are flush, torsion-mount style with plug-ins for the wiring harness; (13) have color coded wiring in accordance with Standard Automotive Engineers Society (SAE) truck and trailer standards; (14) have the chassis' equipped with torsion-arm type suspension such as Torflex axles or equivalent with minimum eight stud conventional hubs, electric trailer brakes required on both axles; (15) have DOT approved breakaway battery system for tandem axle braking; (16) have load range "E" tires of adequate height and width for GVWR and gross vehicle axle rating (GVAR) requirements mounted on conventional style hubcaps; (17) after painting, have trailer front covered from the bottom of the skin to the bottom of the gooseneck with 3 mm (.125 in) 3003-12 aluminum tread plate; (18) have a "nose cone" type wind deflector on the front; (19) have an adjustable height ball coupler hitch installed on each cargo trailer, the hitch shall be of the articulating type to allow for greater flexibility between the tow vehicle and trailer in uneven terrain; (20) have a manual, double pad, two speed landing gear assembly to support and level the trailer when parked; (21) have a minimum interior width of 2,413 mm (7 ft 11 in) for snowmobile and all terrain vehicle (ATV) transport and storage; (22) have a minimum lower deck interior length of 6 m (20 ft) and height of 1,981 mm (6 ft 6 in); (23) have a flush floor with no wheel boxes; (24) have interior flooring of a sturdy, moisture resistant material such as plastic tongue and groove that is easy to clean, flooring shall be constructed so mud and snow from ATV's and snowmobiles can be drained, wood decking is not acceptable; (25) have 12 floor mounted 2,268 kg (5,000 lb) non-swivel D-rings mounted in the interior floor (location drawing provided upon request); (26) have a horizontal equipment strapping system on the interior walls, strapping system shall be of the "E" track design or equivalent, rails shall run on each side of the full length of the lower deck with one set at the height of 254 mm (10 in) above the flooring and a second set a height of 1 m (4 ft) above the flooring; (27) have a swing down, spring assisted, ramp incorporated rear door, the ramp shall be tapered and reinforced for easy loading and unloading of ATV's and snowmobiles, a storage location and mechanism shall be provided if the extension is removable; (28) have a single side door 914 mm x 1,549 mm (36 in x 61 in) with a right-hand hinge and cam lock, the door shall be located on the curb side 0.6 m (2 ft) from the step deck corner post; (29) have locking type exterior doors, or doors that can be locked with a padlock, all locks shall be keyed the same, the contractor shall provide locks and a minimum of eight keys per unit; (30) have four 12 v, dual bulb, flourescent dome interior lights, evenly spaced and centered from front to rear, lights shall be a minimum 305mm x 127 mm x 25 mm (12 in x 5 in x 1 in), lights shall be Underwriters Laboratories Inc. (UL) Listed and Canadian Standards Association (CSA) Certified; (31) have all 12 v wiring run through the tubular main rail to an interior junction box located just forward of the curb side door and a minimum of 1 m (4ft) but not more than 2 m (5 ft) above the floor, all splices shall be made in the junction box, all circuits shall be fused and labeled; (32) have two wall switches installed for interior lights, one on the latch side of the side entrance door and one inside of the rear entrance door on the curb side; (33) have two 356 mm x 356 mm (14 in x 14 in) screened, crank-up translucent roof vents, located in the ceiling, one front and one rear, evenly spaced front to back and centered from side to side; (34) be painted white in color, primer coat shall be corrosion and chemical resistant for the surfaces being painted, painting application shall be free of blemishes, runs, sags, orange peel, scratches, dirt, lint and all other painting imperfections; (35) be entirely undercoated on the underside; (36) have skid pads provided at the rear of the unit to prevent the trailer from being damaged should wheels drop into a deeper hole that the suspension system is able to travel; (37) have a spare tire mount bracket inside the trailer in the center of the front bulkhead between the upper and lower decks; (38) have a folding, two-step stair assembly at the side door entrance; (39) have an entry assist handle added to the left side and centered adjacent to the side entry door; (40) have an entry assist handle added to the left side rear of the trailer adjacent to the ramp and centered. The trailers shall be delivered F.O.B. destination to the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354 on or before September 30, 1998. The following provisions and clauses apply to this procurement: FAR 52.212-01 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS; FAR 52.212-02 EVALUATION -- COMMERCIAL ITEMS (This provision indicates this purchase will be awarded based on best value. We will evaluate based on the following criteria: whether your offer meets the requirements and secondly price. Technical compliance will weigh heavier in the evaluation than price.); FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS (all offerors must include a completed copy of this provision); FAR 52.212-04 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS -- COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-03); FAR 52.225-11 RESTRICTION ON CERTAIN FOREIGN PURCHASES; BLM WO IM NO. 94-199 ELECTRONIC FUNDS TRANSFER PAYMENTS. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or upon request from the the Contracting Officer. Quotes must be submitted in writing. Offerors must submit descriptive literature, warranty information, price, and delivery schedule. Quotes shall be submitted by July 06, 1998, 4:00pm local time to the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354 or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. (0169)

Loren Data Corp. http://www.ld.com (SYN# 0197 19980622\23-0002.SOL)


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