This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation and a written solicitation will not be issued. This is a small business set aside under NAICS code 332999. Solicitation reference number W912JC-09-R-5720 is issued as a Request for Proposal (RFP) for the fabrication of two each trailer turners with a load bearing capacity of 12 tons. This is a one-time commercial contract purchase for two trailer turner units, with an option at the Governmentâs request for two additional complete units. The KSARNG will provide the drawings and specifications for interested parties wishing to submit an RFP. Drawings provided are confidential in nature and are the property of the KSARNG. These drawings are only to be used to assist the offeror in submitting an RFP and may not be released outside of this Government agency for usage unless specifically given permission to do from the contracting officer in accordance with FAR 52.227-17 (i).
Specifications for Trailer Turn Fixture / Device to be utilized in a Water Blast Booth.
Purpose of stands: To lift and rotate 7 military models of flatbed semi-trailers to expose all surface areas of those trailers to a vertical height from 16 inches (minimum) to 60 inches (maximum) and be able to power rotate 180 degrees right and left.
1.The seven models of trailers are M872, M872A1, M872A2, M872A3, M871, M872Al and M871A2 semi trailers.
2.The fixture cannot be over 12 feet wide or 12 feet high, and must be less than 60 feet in total length with the longest trailer connected to stand.
3.Fixture must have the ability to secure or lock while turning and rolling the apparatus for Safety Purposes.
4.Fixture is to be equipped with self-contained leveling devices for varying floor slopes.
5.The preferred method of operation is air over hydraulic.
6. Fixture must accommodate all seven models of trailers easily and not cause damage to trailer.
7.Stands must be portable and safe to use on uneven working surfaces.
8.Stands must be portable and to be safe to use in a water blast environment (non electrical).
9. The fixture constructed of corrosive resistant metal or coated with a corrosive resistant coating / finish due to weather, water, or humidity. Powder coating is acceptable.
10. Vendor must certify fixture has the ability to hold a trailer with a weight capacity of 12 tons.
Note 1: Drawings should be in accordance with those provided by the KSARNG. The KSARNG has purchased the rights to these drawings. There is not a complete Bill of Materials available. Use the drawings and photos to submit a proposal as close as possible with the information available.
Note 2: Contractor will provide instruction and demonstration of proper and safe use of the fixture.
Note 3: The trailers will have their axles, suspension and leveling legs removed prior to being connected to turn stand.
Schedule: Fixture must be complete, delivered and set up within 120 days following the award of contract.
Cost: The award will be determined by the offer that is Lowest Price and Technically Acceptable.
Technical: Offerors must submit an RFP that includes a detailed process in a narrative or checklist for which they will accomplish the fabrication of the requested trailer turner. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be issued.
This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition.
The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 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
52.219-6, Notice of Total Small Business Set Aside
52.219-8, Utilization of Small Business Concerns
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36, Affirmative Action for Workers with Disabilities
252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees
52.222-50, Combating Trafficking in Persons
52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer âCentral Contractor Registration
The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For questions or copies of drawings to submit and RFP please e-mail
[email protected].
Bid Protests Not Available