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 quote (RFQ) No. AG-02NV-S-09-0079; proposal due date is June 5, 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, effective as of 5/14/09. Non-manufacturers must furnish in the performance of the contract, the product of a small business manufacturer, which end product must be manufactured or produced in the United States. Small size standard for the manufacturer of the item would be 500 employees. Quantity and Unit of Measure is 1 each. Price proposal shall include delivery FOB to the Salmon-Challis National Forest, 1206 South Challis Street, Salmon, Idaho.
This project consists of supplying one 35 ton capacity drop deck flatbed trailer. The trailer must meet the following specifications:
Goose neck trailer, single drop deck, minimum of 2 axles
35 ton capacity, 80,000 lbs. GVWR
Minimum 30 foot long lower deck
Deck height not to exceed 36 inches
Full width upper deck with D-ring chain tie-downs
D-ring chain tie-downs along lower deck
Beaver tail with rear loading ramps or comparable system to facilitate loading a front-end loader
Hardwood decking or comparable material (not steel)
Air brakes
2-speed landing gear
Delivery Date: On or before September 18, 2009. The provisions at 52.212-1, Instructions to OfferorsâCommercial, and 52.212-2, EvaluationâCommercial Items are applicable. In addition to price and price-related factors (warranty, repair service locations), award evaluation will be based on past performance and compliance with solicitation requirements. These two evaluation factors evaluated together are significantly more important than price. In addition to price, offerors should include product literature of offer and information addressing the above factors in their proposals. Offerors shall include with their offers the provision at 52.212-3, Offeror Representations and CertificationâCommercial Items. This may be obtained at http://www.arnet.gov/far/farqueryframe.html. Clauses 52.212-4, Contract Terms and ConditionsâCommercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive OrdersâCommercial Items, apply to this acquisition. Additional applicable FAR clauses are 52.203-6 with Alternate 1, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.19, 52.225-1, 52.225-13, 52.232-33.
Referenced provisions and clauses may be obtained at the above web site. Quotes are due by 3:00 p.m., June 5, 2009, at IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID 83401, ATTN: Kellie Shaw. Fax proposals will be accepted at (208) 557-5829. Contact Kellie Shaw at (208) 557-5766 for additional information.
Bid Protests Not Available