Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

United States Property And Fiscal Office for Tennessee, P.O. Box 40748, Powell Avenue, Nashville, Tennessee 37204-0748

23 -- COMMERCIAL SPECIALIZED EQUIPMENT TRAILER SOL DAHA40-99-R-0013 DUE 080499 POC Point of Contact -- Mrs. Jane Swafford, Contract Specialist, (615) 313-2656; CPT Sammy Beard, Contracting Officer, (615) 313-2650. 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 for line item 0001 for one (1) each Commercial Specialized Equipment Trailer Heavy Equipment Transport Trailer Combination of modular design for the Tennessee Army National Guard, Nashville, TN. This trailer will be used to transport miscellaneous heavy equipment to include the Army's M-1 series main battle tank. The trailer combination shall consist of three (3) components as follows: (1) Trailer consisting of: (a) Gooseneck non-ground bearing hydraulic removable. Minimum swing clearance 126""with 2nd kingpin located at 114" plus gooseneck extension to 225" minimum; extension to fold back or removable; maximum 36" from kingpin centers to front gooseneck corners and extension corners; minimum4-position adjustable ride height without use of shims, blocks, wedges or spacers; secured by a manual slide latch locking device; removable trailer kingpin, interchangeable from 2" to 3 "; coupling mechanism to consist of 2 horizontal hooks on deck portion of trailer and a 1-piece lubricatable hardened steel bar on gooseneck; wet line operated from tractor-mounted power source. (b) Deck-removable drop side rail; minimum length 28'; maximum height 26" loaded, 18" at siderail; oak floor fastened with clips and carriage bolts (no screws), minimum 2" thickness, except none between main beams; flag holders on corners, front and rear; 12 pair (24) minimum lashing rings, bent "D" type; minimum 13 pair (26) single 12" swing-out side brackets, fabricated; minimum 2 pair (4) removable double hook on. (c) Bogie -- Axle removable from deck; 60" axle spacing. Equalizer style bogie referred to as a West Coast Style. (d) Self-contained auxiliary hydraulic power unit; capable of being removed from trailer for servicing,with a minimum 16 hp engine, a minimum 3.5 gallon per minute pump, and a minimum 7.5 gallon reservoir. (2) Jeep -- Two axles; with a 3rd (removable) axle capacity, 60" axle spacing; interchangable from 2" to 3 " kingpin, minimum 64" high; maximum 36" from kingpin centers to front gooseneck corners; minimum 126" swing clearance; telescopic supports; manual sliding 5th wheel. (3) Booster -- Removable, articulated spreader bar with roller bearings; minimum 174" spread and vertical pin-type back up lock; 60" spacing between all axles. The following specifications shall be common to all components: 75 ton capacity in any 10' of deck space; maximum combination weight 62,100 #(+/-3%) (empty trailer, jeep and booster); 8'6" overall width except 10' wide deck; 8.25X22.5 10-hole disc wheels; 275/70R 22.5 low-profile radial tires; 25,000 # capacity axles each; hubs and drums 10 stud, 11 " bolt center; hub-piloted; outboard drums. Turner air ride suspension with automatic and manual controls. 16 " X 7" air brakes with automatic slack adjusters. Paint shall be shot blast, prime coated, with top coat enamel, "Forrest Green" to match the Army's M1070 tractor. D.O.T 12 volt lights with 7-way connector sealed beam. Minimum T-1 steel (100,000 # PSI) frame. Minimum axle spacing; Jeep #1 -- Jeep #2 -- 60"; Jeep #2 -- Jeep #3 (If used) -- 60"; Jeep #2 -- Bogie #1 -- 486"; Bogie #1 -- Bogie #2 -- 60" Bogie #2 -- Bogie #3 -- 60"; Bogie #3 -- Booster #1 -- 174"; Booster #1 -- Booster #2 -- 60"; Booster #2 -- Booster #3 -- 60". Contractor is responsible for verification of load distribution, swing clearances, connectability and operability prior to delivery. Manufacturer will submit trailer drawings for approval prior to beginning production. (Descriptive Literature in addition to the drawings is required with proposal as well as the verification mentioned above on load distribution, swing clearances, connectability and operability.) Vendor is required to submit a status report to this office each month stating the progress of trailer. Contractor will provide proof of manufacturer's product liability insurance. Contractor must have built a minimum of ten (10) similar specialized trailers and shall submit references with proposal. Required delivery date shall be 12 weeks from award of contract. One (1) year warranty, parts and labor. Contractor will ensure trailer meets all requirements to be pulled by the M1070 truck tractor as specified. FOB -- Destination. Invoices will be submitted to the following address: USPFO for Tennessee, ATTN: Mrs. Jane Swafford, P. O. Box 40748, Nashville, TN 37204-0748. Vendor shall reference the full contract number on invoice. Invoice is to be submitted in original form with two (2) copies. Receiving unit shall submit a DD Form 250 upon receipt of contract item not later than 48 hours after receipt of items. Receiving reports shall be submitted to the same address as the above for invoices. Facsimile (Faxed) or Telegraphic proposals will not be accepted.All amendments, if issued, must be acknowledged in writing, referencing the Request for Proposal number, and amendment number. Submit to USPFO for Tennessee, ATTN: Mrs. Jane Swafford, P. O. Box 40748, Nashville, TN 37204-0748. This Request for Proposal is prepared IAW FAR Subpart 12.6. This announcement constitutes the only Request for Proposal. Proposals are being requested and a written solicitation will not be issued. This solicitation, number DAHA40-99-R-0013, being issued as a Request for Proposal and incorporates provisions through Federal Acquisition Circular 97-11. SIC code is 3715. Award shall be based on lowest priced technically acceptable proposal. Persons interested in submitting a proposal in response to this RFP should mail to: USPFO for Tennessee, ATTN: Mrs. Jane Swafford, P. O. Box 40748, Nashville, TN 37204-0748 . The provision at FAR 52.212-3, Offeror Representations and Certifications (OCT 1995) applies to this RFP. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 1998) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (AUG 1996) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (NOV 1995), and 52.217-0005, Evaluation of Offers, is applicable to this acquisition. You can visit the website of www.arnet.gov/far/ for the clauses needed for this proposal, Part 52. Proposals are due in our office by 4:30 p.m., August 5, 1999. Mail to the Contracting Officer, USPFO for Tennessee, 3041 Sidco Drive, P. O. Box 40748, Nashville, TN 37204, ATTN: Mrs. Jane Swafford, Contract Specialist. Simplified Acquisition Procedures will be utilized. CONTRACTOR NOTICE: In accordance with Defense Federal Regulation (DFAR) 204.7302 Policy, a firm must be registered in the Central Contractor Registration (CCR) System before it can be awarded this contract. Contact the DoD Electronic Commerce Information at 1-800-334-3414, open daily from 8:00 a.m. to 8:00 p.m. ET or, via the World Wide Web at http://www/ccr/edi/disa.mil. This project is open to large as well as small business firms (unrestricted). Posted 07/22/99 (W-SN357948). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0287 19990726\23-0003.SOL)


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