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