United States - Custom Bed and Liftgate for 2019 International Durastar Truck

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 June 2019
Opportunity publication date
17 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 12, 2019 4:27 pm

This is a Sources Sought Notice, this is neither a solicitation announcement nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. The Government is conducting market research to determine the level of interest and capability of potential qualified Small Businesses capable of performing as a prime contractor for the requirement outlined below. The Government will use responses from this Sources Sought to make an appropriate acquisition decision about soliciting this requirement.

REQUIREMENT BACKGROUND
The National Institute of Standards and Technology (NIST) Compressed Gas and Cryogen Program, located in Gaithersburg, MD, is a part of the NIST Facilities Services Division and it is responsible for transporting, filling and delivering various Cryogen containers and compressed gas cylinders to the end users throughout the NIST Gaithersburg Campus.
Per OSHA and DOT standard NIST is currently using a 2009 Ford F750 with a custom bed specifically designed for cylinder and cryogen container deliveries. The current demand of compressed gases and cryogen deliveries has brought a need for NIST to obtain an additional cylinder truck. As a result, a 2019 International Durastar Truck has been purchased but does not come with the custom designed bed or lift gate; therefore, NIST requires a contractor to build and deliver a custom platform bed and lift gate to the NIST Gaithersburg campus.

REQUIREMENT
Contractor shall provide a new, non-refurbished, heavy duty platform bed and lift gate to be affixed and mounted on a 2019 International Durastar 4x2 Regular Cab and Chassis, having a Cab to Rear Axle Dimension of 120" and equipped with Standard Dual Wheel tires that meets the following requirements:
1)The Platform Bed shall:
   a) Be painted black.
   b) Meet or exceed all Truck Trailer Manufacturers Association (TTMA) and Department of Transportation (DOT) regulations and standards.
   c) Be brand name or equal to Reading Extra Heavy-Duty Platform Body EH-18-D Platform Body SN# 717546.
   d) Incorporate eight (8) Tie Down Rings on side racks.
        • Four (4) on each side starting 12" from front and rear and then every 48"
        • Tie Rings shall be on top slat of racks
   e) Include 42" high 10-gauge solid steel long sill reinforced front bulkhead with 19-5/8" Wide x 23-3/8" High opening.
   f) Include Eliminate Rear Rack Roadside and Eliminate Rear Rack Curbside.
   g) Include two (2) pieces of E-Track on the inside of each Side Rack.
        • One (1) on the second slat and one (1) on the third slat.
   h) Include twelve (12) Special Bottle Brackets including retaining chains
        • Brackets will be mounted and bolted to the side racks and front bulkhead (five (5) on each side and two (2) on the front bulkhead).
   i) Include an incorporated removable Tarp Bow Assembly and Canopy Cover.
        • Assembly shall be black.
        • Include sockets on side racks to hold assembly in place.
        • Cover shall be 18' x 96" x 6'6"
        • Cover shall be 24oz Black VCP.
   j) Include eight (8) safety placards/hazmat flip signs.
        • Two (2) on each side
        • Two (2) on the front
        • Two (2) on the rear
   k) Shall include a Keystone Plate like Reading CTE 1291.
   l) Include steel Splash Guards, measuring 23" x 25" and installed in front of axle before tires on both sides.
   m) Include one (1) pair of Mud Flaps, measuring 24" x 26".
   n) Include one (1) pair of Anti-Sail brackets, each measuring 21" x 26".
   o) Include one (1) ICC Bumper, measuring 62" Long x 17.5" High.
        • Shall be powder coated Black
        • Shall be constructed of Heavy Duty 4" Structural Steel
2)The Liftgate shall:
   a) Be painted black.
   b) Meet or exceed all Truck Trailer Manufacturers Association (TTMA) and Department of Transportation (DOT) regulations and standards.
   c) Be brand name or equal to Waltco RBGL 40 Liftgate.
   d) Have a lift capacity of 4000 LBS.
   e) Shall be 42" x 90" with a 45" x 16" Ramp.
   f) Shall have dual controls
        • One (1) switch mounted curbside on the outside of the bed.
        • One (1) mounted curbside on the inside wall of the liftgate.
3)Contractor shall assemble and deliver the completed unit to the NIST campus located in Gaithersburg, MD.
4)Contractor shall provide a Weight Slip for the completed unit including Curb Weight and Gross Vehicle Weight; as well as Certification/Alteration Label and/or complete Manufactures Statement of Origin (MSO).

VENDOR RESPONSES
All firms who identify as Small Business under NAICS code 811121 who are interested and capable of performing the requirements outlined above are encouraged to respond to this notice. Responses to this Sources Sought notice shall be submitted via email, in PDF format to Trent Stevens at trent.stevens@nist.gov. Responses shall be limited to 15 pages and shall include the following:
1)Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUBZone). Large Businesses ARE permitted to respond to this sources sought notice.
2)The number of employees.
3)Name, title, address, phone number, email address of company point of contact.
4)Technical discussion of Contractor's ability to perform the work outlined in the above referenced Requirement.
5)Cut sheets that meet the required specifications for available:
    • Platform Bed
    • Tarp Bow Assembly and Canopy Cover
    • Lift Gate
6)Proof of relevant manufacturers licenses.
7)Prior/current experience performing work of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein.
Note the Government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice.
Telephone inquiries will not be entertained.

Opportunity closing date
27 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Commerce Acquisition Management Division United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?