Navy 34 Ton Stepdeck Trailers
ID: 47QMCA25Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS AUTOMOTIVE CENTERWASHINGTON, DC, 20405, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals from qualified vendors for the procurement of three 34-ton Stepdeck Trailers on behalf of the Department of the Navy. This opportunity is set aside for small businesses and requires adherence to specific technical specifications, including compatibility with government-owned tractors and the ability to transport ISO containers, along with obtaining Air Transportability Test Loading Agency (ATTLA) certification. The trailers are crucial for military logistics and transportation, ensuring efficient movement of cargo. Interested vendors must submit their quotes electronically by November 11, 2025, at 3:00 PM EST, and direct any inquiries to the Contracting Officer, Mark F. Brown, at mark.f.brown@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 002 for RFQ-47QMCA25Q0054, issued by the U.S. General Services Administration, addresses the acquisition of three 34-ton Step-Deck Trailers for the Department of the Navy. This amendment primarily provides vendor questions and government responses, which are detailed in an attached document. The solicitation’s closing date remains November 11, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication. Failure to acknowledge may result in the rejection of offers. The document also includes instructions for completing Standard Form 30, outlining procedures for amending solicitations and modifying contracts, including effective dates, accounting data, and signature requirements. Mark F. Brown is the GSA Contracting Officer for this action.
    The Request for Quotation (RFQ) 47QMCA25Q0054 is a small business set-aside for the procurement of three 34-ton stepdeck trailers. Issued by Mark F. Brown, Contracting Officer, the RFQ requires electronic submission of quotes via SAM.gov and email by November 11, 2025, at 3:00 PM EST. Quoters must complete all sections of the Standard Form 18, provide MVDO Administration Data, and submit a two-volume quote covering technical specifications (limited to 30 pages) and pricing (limited to 2 pages). The evaluation criteria prioritize technical aspects and past performance over price, with specific attention to adherence to the attached Purchase Descriptions and acknowledgement of amendments. Payment will be made via electronic funds transfer, and invoices must be submitted through ipp.gov.
    The RFQ for 34-Ton Navy Step-Deck Trailers addresses vendor questions regarding ATTLA certification, delivery, inspection, and warranty. The government confirmed that ATTLA certification costs are the vendor's responsibility under a Firm-Fixed Price award and that new processes are in place for obtaining certification. While future procurements are uncertain, the new ATTLA requirements will be used for all future air transportability acquisitions. The government will accept dimensional equivalence with minor deviations for brand-name-or-equal items and clarified that component substitutions should be noted. Inspection of the first trailer will occur at the OEM facility, with subsequent inspections at the destination. Paint and coating validation can use manufacturer statements, but the Navy will verify thickness. Access to GSAFleet.gov for reporting will be granted to the prime contractor only. The warranty applies comprehensively to the entire trailer, and ATTLA data should be submitted to ensure certification is available by the first production trailer's inspection.
    This Request for Quotation (RFQ) 47QMCA25Q0054 is a small business set-aside for the procurement of three 34-ton step-deck trailers. Issued by the General Services Administration (GSA), the RFQ outlines instructions for quote preparation and submission, requiring vendors to complete various forms including the SF18, provide technical specifications, and adhere to specific pricing schedules. The due date for submissions is October 27, 2025, at 4:00 PM EST. Evaluation criteria prioritize technical capability, past performance, warranty, maintenance, and delivery terms, which are considered more important than price. The awarded contract will be a single, firm-fixed-price order. All communications must be in writing to the Contracting Officer, Mark F. Brown. Eligibility requires a valid and active SAM registration under NAICS code 336211 (Truck Trailer Manufacturing).
    This government solicitation outlines the specifications for a 34-ton step deck trailer, designed to transport ISO 668 containers and breakbulk cargo. Key requirements include a steel frame, specific dimensions (not exceeding 51 ft long and 8.5 ft wide), a 70,000 lbs distributed capacity, and a full-width upper deck with an 84-inch minimum swing radius. The trailer must feature a 6-28 volt DC electrical system with LED lighting, air ride suspension, anti-lock brakes, and commercial highway tires. It needs to be compatible with various government-owned tractors and capable of air transport via C-17 and C-5 aircraft, requiring Air Transportability Test Loading Agency (ATTLA) certification. The document also details rigorous standards for paint, finish, corrosion control, and specific markings for the U.S. Navy. Deliverables include comprehensive manuals and a 60-month warranty. The procurement process involves design reviews, operational testing at the Navy's facility, and strict adherence to quality and safety protocols.
    The document, "Attachment # 3 Technical Exceptions Worksheet," is a standardized form used in federal government solicitations, specifically RFQ47QMCA25Q0054, to track and manage technical exceptions raised by vendors. This worksheet facilitates a structured review process between a vendor and the GSA (General Services Administration) regarding proposed equipment or options. It includes fields for vendor name, solicitation number, revision details, and specific line items where exceptions occur. The core of the document lies in its ability to detail the "Reason for Exception (Vendor)" and the subsequent "GSA Review." It also categorizes issues by "GSA Minimum Equipment Code OR Option Code" and provides an "Issue Summary," tracking "Open," "Closed," and "Total" exceptions. An "Action Index" defines responsibilities for making changes (GSA, Vendor, or None), with a "Status" and "Final" field to indicate the resolution of each exception. This form is crucial for ensuring clarity, compliance, and resolution of technical discrepancies in the procurement process.
    The document, "Attachment #4 Brand Name or Equal Worksheet," is a form designed for vendors responding to government solicitations, specifically RFQ47QMCA25Q0054. Its purpose is to allow vendors to propose "or equal" offerings for items specified in the solicitation. The form requires the vendor's name, solicitation number, and a description of the proposed alternative, including the manufacturer and model. It also includes sections for GSA's action (accepts or rejects) and the status of the item, indicating whether issues are open or closed. This worksheet is a critical component in the procurement process, ensuring that alternative products meet the salient features outlined by the government while providing a structured method for evaluation and decision-making.
    The U.S. General Services Administration (GSA) provides a "Request for GSAFleet.gov Account Form" to establish AutoVendor accounts for federal solicitations. This form collects essential company information, including company name, address, valid UEI number, business size (large/small), and up to five order email addresses. It also allows for the designation of up to three "Vendor Managers" who will be responsible for inviting, approving, and deleting users within their company. Each Vendor Manager request requires a name, telephone number, fax number, and email. The form is crucial for companies seeking to participate in GSA programs by managing their GSAFleet.gov accounts and ensuring proper access for authorized personnel.
    The GSAFleet.gov User Guide outlines the modernized system for vehicle suppliers to manage orders for federal agencies. It consolidates 19 disparate applications into a single platform for enhanced automation and fleet management services. Key features include creating accounts, logging in, and navigating the
    This Request for Quotation (RFQ) 47QMCA25Q0054, issued by the GSA, seeks proposals for three 34-ton Stepdeck Trailers, designated as a Small Business Set-Aside under NAICS code 336211. Quotations are due by November 11, 2025, at 3:00 PM EST. The government intends to award a single, firm-fixed-price order. Vendors must complete all required sections of the SF18 form and adhere to detailed submission instructions for technical and pricing volumes. Technical proposals, limited to 30 pages, must demonstrate how items meet or exceed specifications, using Attachments 3 and 4 for exceptions. Pricing must be submitted in Section B.2. Evaluation criteria prioritize technical capability and past performance over price, with specific FAR, GSAR, and DFARS clauses incorporated by reference. All communications and questions must be directed in writing to the Contracting Officer, Mark F. Brown, by October 28, 2025.
    This document, Amendment #001 for RFQ-47QMCA25Q0054, addresses an amendment to a solicitation for three Stepdeck Trailers for the Department of the Navy. The purpose is to establish a cutoff date for vendor questions and clarifications, set for October 28, 2025, at 3:00 PM EST. Additionally, the overall RFQ closing date is extended by fourteen calendar days, from October 27, 2025, to November 11, 2025, both at 3:00 PM EST. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging it on their offer copies, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment may result in the rejection of offers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    Sources Sought: 32-Bin Straddle Trailer
    Buyer not available
    The Department of Defense, specifically the Army, is seeking sources for the procurement of one (1) thirty-two (32) Bin Straddle Trailer, with specific requirements outlined in the attached documents. The trailer, identified by part number ARSTMTD32, must include features such as air-ride suspension, anti-lock brakes, aluminum wheels, and a minimum one-year factory warranty, with delivery required by September 30, 2026, to the Tooele Army Depot in Utah. This procurement is critical for ensuring safe and compliant transport of ammunition within military logistics, and interested vendors are encouraged to provide stock availability, delivery lead time, and company information to the primary contact, Troy Weiman, at troy.m.weiman.civ@army.mil, or the secondary contact, Megan Frost, at megan.k.frost2.civ@army.mil.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    10--SET,TRAILER MODIFIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the NSN 1055015739369, specifically a SET, TRAILER MODIFIC. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military logistics and operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    25--BODY,CARGO TRUCK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three cargo truck bodies under solicitation number NSN 2510015221907. This opportunity is set aside for small businesses and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year. The cargo truck bodies are critical components for vehicular equipment, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    25--LEG,SEMITRAILER RET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of NSN 2590014874588, specifically the LEG, SEMITRAILER RET. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of two. The items are crucial for military operations and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    General Freight and Trucking
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    25--TAILGATE,VEHICLE BO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 vehicle tailgates under solicitation number NSN 2510011766773. This procurement aims to establish an Indefinite Delivery Contract (IDC) for the specified tailgates, with a total contract value not exceeding $350,000 and a guaranteed minimum quantity of 2 units. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military vehicle operations. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, with further inquiries directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    W023--Refrigerated Food Truck Lease
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a refrigerated food truck to support meal delivery for the VA NY Harbor Healthcare System. The truck must have a cargo capacity of 29,000-33,000 lbs, maintain specific temperature ranges for chilled and frozen food, and comply with DOT and FDA transport standards. This procurement is vital for ensuring the timely delivery of pre-prepared meals to various healthcare sites, with the lease period starting from January 1, 2026, to March 31, 2026, and options for three additional three-month extensions. Interested offerors must submit their quotes by December 9, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Leia I Labruna at Leia.Labruna@va.gov.
    Rental of one (1) Nitrogen Trailer
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting bids for the rental of one high-pressure nitrogen gas tube trailer. The procurement aims to secure a temporary rental solution that meets specific operational requirements for High-Pressure Nitrogen Flasks Charging Operations, with the trailer needing to supply nitrogen at pressures between 2000-4500 psig and volumes ranging from 27,000 to 81,556 scf. This equipment is crucial for maintaining operational efficiency at the shipyard located in Kittery, Maine. Interested small businesses must submit their quotations by December 12, 2025, at 3:00 PM EST, with the rental period commencing on January 6, 2026, and an option for extension until August 10, 2026. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.