Dump Trailer
Sources Sought Synopsis The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest ... Sources Sought Synopsis The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for one (1) aluminum end dump semi-trailer equipped with an air operable tarp cover. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336212 with a size standard of 1,000 employees. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the ENTIRE Contractor Community, to include Other than Small Business, Small Business, Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description of Services: USACE Jacksonville District requires: One (1) aluminum end dump semi-trailer equipped with an air operable tarp cover. The trailer shall be a tri-axle trailer and must contain rear gates fitted with two (2) safety latches (one (1) on each side). The interior floor must be at least 3/8 in. full thickness and all liners (floor, wall, and gate) must be rock-coated. The trailer must have a minimum load profile of 80k GVRW and must contain bulkhead steps out (D.S.) and side steps D.S. (inside and out) to allow for access. Characteristics of these items: Trailer: Deck: The deck of the trailer shall have dimensions of: 52 inch wall height (MIN), 96 inch deck width (MIN), and 24' (MIN) - 28' (MAX) length. Load capacity shall be 22 (MIN) - 30 (MAX) yd3. A hydraulic ram shall be equipped on the trailer for the raising and lowering of the bed. Tarp: The trailer must be fitted with an air operable tarp cover and brackets must be mounted to provide support. Axles: Primary Axles: The trailer shall be a tri-axel trailer with two (2) primary axels, the third axle being a lift axle, and an air ride 40k lbs. axle suspension. Each trailer must be fitted with steel wheels and 275/70R 22.5 tires. Gate: The rear gate must be coated with a rock liner and must contain two (2) safety latches (one (1) on each side). The gate must be air operated. Chassis: The frame rails for each chassis must be 12 in. X 31 NO. beams(MIN) and the air gauge system must be an axle weight system. The contractor shall ensure that hydraulic hose fittings consists of a dual line hose system that feed into a dual line wet system(or provide adapter) with 1 in.-by-108 in. hose wing fittings. All switches on each chassis must contain enclosures or some form of protection. Characteristic Overview: Trailer Characteristics Features-Description Tarp Cover- Electronically operable, mounting brackets Primary Axles- Tri-axle trailers, two (2) primary Gate- Equipped with two (2) safety latches Chassis- 12 inches X 31 NO. beams(MIN), dual line hose system to feed into dual line wet system(or provide adapter), 1 inch X 108 inches hose wing fittings, enclosures for switches Liner- All surfaces(floors, walls, gates) must be rock coated liner Length- 24 ft (MIN) - 28 ft (MAX) Width- 96 inches (MIN) Wall Height- 52 inches (MIN) Load Capacity (Volume)- 24 yd3 (MIN) -26 yd3 (MAX) Vol. Objective & Scope: The primary objective of this requirement is to provide South Florida Operations Office (SFOO) with necessary machinery needed to conduct operations in support of Corps Missions. Delivery and acceptance is needed within 90 days of a potential award. Delivery shall be accomplished during regular work hours, 8:00 AM to 5:00 PM Monday through Friday to the USACE South Florida Operations Office in Clewiston, FL. The Government shall test 100% of the materials delivered on-site. This sources sought synopsis is not a request for competitive offers and no solicitation package is available. However, firms that believe they can provide the requested services may submit substantiating documentation in writing within ten (10) business days of this notice. Documentation will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Oral communications are not acceptable in responses to this notice. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this synopsis by 22 August 2019 at 3:00 PM Eastern Standard Time (EST). All responses under this Sources Sought Notice shall be emailed to Mr. James Vinson at james.t.vinson@usace.army.mil and Mr. James Tracy at james.t.tracy@usace.army.mil. A firm's response to this synopsis shall be limited to 10 pages and shall include the following information: • Firm's name, address, point of contact, phone number, website, and email address. • Firm's interest in bidding on the solicitation when it is issued. • Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past three (3) years: This may and should be tailored specifically to the project. • Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least three (3) examples. • Firm's Business category and Business Size - Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category (i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone). • If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Mr. James Vinson at (904) 232-2610 or Mr. James Tracy at (904) 232-2107.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »