Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135

Federal Emergency Management Agency, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135

23 -- TRAILERS SOL EMV-1998-RQ-0057 POC Maria L. Martin, Contract Specialist, 540-542-2300 E-MAIL: EMV-1998-RQ-0057, maria.martin@fema.gov. This is a combined synopsis/solicitation for purchase of eight (8) semi-trailers in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is EMV-1998-RQ-0057. The solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This procurement is a small business set-aside. The SIC Code applicable to this RFQ is 5599. The small business size standard is 500 employees. The Federal Emergency Management Agency proposes to procure eight (8) each used dual axle electronics/moving van type semi-trailers to use at disaster sites. SPECIFICATIONS: (1) Maximum age: 10 years. (2) Safety Inspection: Each unit must meet all requirements of the Federal Motor Carriers Safety Standards (DOT) regulations, applicable to semi-trailers at the time of delivery to the Federal Emergency Management Agency; (3) Structural Integrity: Units shall show no structure fatigue, e.g. sagging frame, frame bent (front to rear alignment), bulging or bowed exterior walls, doors and door frames out of alignment, etc. (4) Minimum Drop: 9 inches. (5) Deck: Hardwood, smooth from nose to drop and from drop to rear. Deck shall have no rotted or missing wood or evidence of leaks. (6) King Pin: King pin and fifth wheel plate shall be free from loose bolts, stress cracks and evidence of physical damage. (7) Suspension: Shall be air ride. Air bags shall have no cracks or visible signs of chaffing. They shall be fully operational from their fully compressed to fully extended positions. (8) Brakes: Shall be air. There shall be no cracked or split brake drums. Drums shall have a minimum of two turnings remaining. Brake shoes shall have a minimum of 50 percent of original lining remaining. Brakes shall be properly adjusted. Actuators and adjusters shall be fully operational. (9) Air System: All air lines fittings, hoses and connectors shall be free from leakage and physical damage; (10) Wheels: 10 hole steel disc preferred. (11) Tires: Tires shall be tubeless type with a minimum of 50 percent of the original tread remaining. They shall have no dry rot cracks, gouges or cuts. Recapped tires are not acceptable. (12) Lights: All exterior and interior lights shall be fully operational. (13) Doors: Shall be Barn Type. Double if width of door opening is 5 feet or over. Rubber door gaskets shall be complete and fully operational. Doors shall move freely over their fully range of motion. Hinges shall be fully operational and securely attached to body and door. All door latches shall have working integrated locking capability. (14) Logistics Posts: Vertical logistics posts are required along inside of both walls from front to rear. (15) Logistics Track: Horizontal multi-level logistics track is preferred. (16) Exterior: Exterior surfaces shall be free of rust and physical damage. Where repairs have been made, they shall have been made in a professional manner. (17) Paint: Exterior side walls, nose, rear and doors shall be painted white. No decals shall be visible through paint. Those surfaces that are normally painted or coated aluminum shall remain aluminum, and those structural surfaces normally painted gray shall remain gray. (18) Landing Gear: Landing gear shall be fully operational through full range of extension, free of damage and have all required parts. DELIVERY REQUIREMENTS: The trailers shall be delivered FOB Destination to FEMA Territory Logistics Center- East, 4991 N 18th St., Bldg. 607 Fort Gillem, Forest Park, Georgia, 30297. Contractor to provide best delivery schedule. The Government's minimum delivery schedule is as follows: Two trailers shall be delivered within 10 calendar days of contract award; 2 each within 15 calendars of contract award; 2 each within 20 calendars from contract award and 2 each within 25 calendar days of contract award. The Government will inspect at their Territory Logistics Center in Forest Park, Georgia, each unit within 10 working days of delivery to determine whether requirements of this specification have been met. It shall be the responsibility of the vendor to either bring unacceptable unit(s) in compliance with this specification or to replace the unit(s), and to remove unacceptable units from government property. EVALUATION INFORMATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contractor must meet all the requirements detailed within this solicitation. Price is of greater importance when compared to technical. Proposal Preparation Instructions: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors shall provide a firm fixed-price for Item 001: 8 each semi-trailers as described herein. Only one award will result from this solicitation. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of quote, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its response. The following clauses also apply: 52.212.1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(29 U.S.C. 793); 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/. The due date for submission of quotes is July 27, 1998 at 4:30 p.m., local time, to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Mar a L. Martin -- Bldg. 413. All requests for information are to be addressed to Mar a L. Martin, Contract Specialist (540) 542-2300. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be faxed to (540) 542-2631 or 2632 or mailed to the address for submission of proposals shown above. Offerors are responsible to comply with this notice and any amendments thereto. Publish amendments to the RFQ will be in the same manner as the initial synopsis/solicitation. Posted 07/09/98. (0190)

Loren Data Corp. http://www.ld.com (SYN# 0279 19980713\23-0001.SOL)


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