LOWBED TRAILERS- 60 TON
ID: RFQ-4QMCA25Q0051Type: 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 quotes for the procurement of 60-ton lowbed trailers on behalf of the Department of the Navy, under RFQ-47QMCA25Q0051. The requirement includes the acquisition of 60 trailers that meet specific technical specifications, including a minimum payload capacity of 120,000 lbs and compatibility with various government-owned tractors, while adhering to federal and military standards. These trailers are essential for replacing the aging fleet used by the Navy, ensuring operational efficiency and safety in transportation. Interested vendors must submit their quotes electronically by November 21, 2025, and direct any inquiries to Mark F. Brown at mark.f.brown@gsa.gov or by phone at 215-446-4879.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 001 to RFQ-47QMCA25Q0051 for 57 sixty-ton trailers for the Department of the Navy has been issued by the U.S. General Services Administration. This amendment extends the deadline for vendor questions and clarifications to October 21, 2025, at 12:00 PM EST. Additionally, the overall RFQ closing date is extended by nine calendar days, from October 20, 2025, at 3:00 PM EST to October 29, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of this amendment through specified methods, and failure to do so may result in rejection of their offer. The amendment also outlines general instructions for completing Standard Form 30, including details on effective dates, accounting data, and modification descriptions. Mark F. Brown is the GSA Contracting Officer and point of contact.
    Amendment 003 to RFQ-47QMCA25Q0051 extends the deadline for vendor questions to November 5, 2025, at 3:00 PM EST, and the overall RFQ closing date to November 18, 2025, at 3:00 PM EST. This amendment is for the procurement of 60 (each) 60 Ton Trailers for the Department of the Navy. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging on each offer copy, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in rejection of the offer. The GSA point of contact for this action is Mark F. Brown.
    This amendment (Amend#004) to RFQ-47QMCA25Q0051 for 60-ton trailers for the Department of the Navy addresses vendor questions and government responses. It extends the solicitation's closing date from November 18, 2025, to November 21, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 on the form, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer. The document also provides detailed instructions for completing the Standard Form 30, covering various aspects of solicitation amendments and contract modifications.
    This Request for Quotation (RFQ) 47QMCA25Q0051-Amendment 003, issued by the General Service Administration, Federal Acquisition Services, Vehicle Acquisition Directorate, is a small business set-aside for the procurement of 60-ton lowbed trailers. The government intends to award a single, firm-fixed-price order for a total of 60 trailers, with varying quantities to be delivered to different naval construction groups in West Virginia, Mississippi, California, and Virginia. Quoters must complete and return all required information, including SF18, MVDO Administration Data, and pricing schedule, by November 18, 2025. Technical and pricing information must be submitted electronically, with technical proposals limited to 30 pages and pricing to 2 pages. The evaluation criteria prioritize technical merit and past performance over price. All questions must be submitted by November 5, 2025. This RFQ includes several FAR, GSAR, and DFARS clauses by reference, and mandates adherence to specific technical specifications and submission instructions. It also requires compliance with regulations regarding covered defense telecommunications equipment and services.
    This Request for Quotation (RFQ) 47QMCA25Q0051, issued by the General Services Administration, is a small business set-aside for 60-ton lowbed trailers. The government intends to award a single, firm-fixed-price order. Vendors must complete and return all required information, including a signed SF 18, MVDO Administration Data, and a completed price/cost schedule, by October 20, 2025, at 3:00 PM EST. Quotes must adhere to specific formatting instructions, including separate technical and pricing volumes, and be submitted electronically via SAM.gov and email. The evaluation criteria prioritize technical factors and past performance over price, with a focus on meeting or exceeding technical specifications. This RFQ emphasizes strict compliance with submission guidelines and outlines various federal and defense acquisition regulations that apply.
    The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) requires a 60-ton, low-bed, drop-deck, tri-axle trailer with a hydraulic removable gooseneck to replace its aging fleet. This Technical Purchase Description outlines detailed requirements for the trailer's configuration, including a minimum payload capacity of 120,000 lbs, composite decking, and a diesel-powered pony motor. The trailer must be compatible with various government-owned tractors and adhere to numerous federal, military, and industry standards (MIL, AWS, SAE, ISO, NATO STANAG, DOT). Key specifications cover dimensions, gooseneck operation, electrical systems, suspension, brakes, tires, wheels, and overall performance in diverse conditions. The document emphasizes robust construction, corrosion control through specific painting and undercoating processes, and clear marking requirements for identification and safety. Crucially, the trailer must be capable of air transport via C-17 and C-5 aircraft, necessitating Air Transportability Test Loading Agency (ATTLA) certification. The RFP details the extensive process for obtaining ATTLA certification, including submission of technical data, structural analysis, and potential physical testing, with clear roles for the purchasing agency, OEM vendor, and ATTLA. Additionally, the trailer must have certified lift and tie-down provisions in accordance with MIL-STD-209K, validated through engineering analysis or testing, to ensure safe transport by air, sea, and highway.
    The document, "Attachment # 3 Technical Exceptions Worksheet," is a standardized form used within the federal government's procurement process, specifically for RFQ47QMCA25Q0051. Its purpose is to meticulously track and manage technical exceptions raised by vendors during a solicitation. The worksheet provides dedicated fields for the vendor's name, the solicitation number, and any revisions. Each line item allows for the recording of "From" and "To" states, a "Reason for Exception" provided by the vendor, and a "GSA Review" section to assess the exception. It also includes specific fields for "GSA Minimum Equipment Code OR Option Code" and an "Issue Summary." The worksheet categorizes exceptions by their status (Open, Closed, Total) and outlines an "Action Index" to define responsibilities for changes: GSA (GSA makes changes), OFF (Vendor makes changes), or NONE (No action). The "Action" and "Status Final" fields ensure a clear record of the resolution process. This form is crucial for ensuring transparency and structured communication between the GSA and vendors, facilitating the resolution of technical discrepancies in government contracts.
    The document, "Attachment #4 Brand Name or Equal Worksheet," is a form used within a federal government Request for Quotation (RFQ47QMCA25Q0051) process. Its purpose is to allow vendors to propose
    The U.S. General Services Administration (GSA) provides a "Request for GSAFleet.gov Account Form" to establish an AutoVendor account for government solicitations. This form requires companies to provide essential information, including company name, address, valid UEI number, business size (Large/Small), and up to five order email addresses. The form also requests details for up to three user requests, specifying names, telephone numbers, fax numbers, and email addresses, with the option to designate each user as a Vendor Manager. Vendor Managers are empowered to invite, approve, and delete other users within their company's account. This document is crucial for companies seeking to participate in GSA solicitations and manage their interactions within the GSAFleet.gov system.
    GSAFleet.gov is a modernized system consolidating 19 previous applications to streamline vehicle acquisition, leasing, and rental services for federal agencies. This user guide, updated in May 2024, details how vehicle suppliers can manage orders, report status, and view offerings. Key features include single vehicle orders (Motor Vehicle Delivery Order or MVDO), direct upload of status reports to GSAFleet.gov (replacing weekly emails to GSA), and a bulk upload template for easy status updates. Suppliers can navigate to 'Manage Orders and Requisitions' to view order details, download MVDOs, access attachments, and provide status reports manually or via bulk upload. The 'Just Browsing' feature allows suppliers to view their vehicle offerings in the purchasing storefront to verify model integrity, options, and option collisions, ensuring accurate requisitions for agency customers.
    The document addresses vendor questions regarding RFQ47QMCA25Q0051 for Navy Lowbed Trailers 60 Ton. Key clarifications include the applicability of territorial dealer restrictions, confirming that federal procurement rules supersede state or local exclusivity, and requiring a GSA Letter of Supply for non-manufacturer vendors. It also clarifies technical specifications regarding the optional gooseneck and kingpin size. The government states that NATO STANAG 4009 is unclassified and accessible, but directs vendors to ISO 1726 for full interface geometry, with the Product Description (PD) taking precedence for specific differences like increased swing clearance. The kingpin size is confirmed as 2 inches to match existing inventory.
    This Request for Quotation (RFQ) 47QMCA25Q0051-Amendment 004, issued by the General Service Administration, Federal Acquisition Services, Vehicle Acquisition Directorate, is seeking quotes for 60 Ton Lowbed Trailers. This is a small business set-aside acquisition under NAICS code 336211 (Truck Trailer Manufacturing). The Government intends to award a single, firm-fixed price order. Quotes are due by November 21, 2025, and must be submitted electronically via SAM.gov and email to the Contracting Officer, Mark F. Brown (mark.f.brown@gsa.gov). The solicitation details specific instructions for quote preparation and submission, emphasizing adherence to technical specifications, completion of required forms (SF18, Section B.1, B.2), and acknowledgement of amendments. Evaluation criteria prioritize technical capability and past performance over price. The RFQ includes various FAR, GSAR, and DFARS clauses incorporated by reference, covering aspects like payment, invoicing, and prohibitions on certain telecommunications equipment.
    This document addresses vendor questions regarding RFQ47QMCA25Q0051 for Navy Lowbed Trailers (60 Ton). Key clarifications include confirmation that federal procurement rules supersede state dealer exclusivity, requiring a GSA Letter of Supply for non-manufacturer vendors. The government clarified that NATO STANAG 4009 is unclassified and specified ISO 1726 for gooseneck interface geometry, with a 2-inch kingpin. Inspections will be conducted by GSA and EXWC at origin and destination. Vendors are responsible for all applicable taxes, as trailers may be used both domestically and overseas. Stacking trailers for delivery is permissible, but vendors must offload them. Undercoating must cover the entire steel frame, excluding axles and suspension, and include top surfaces of beams and flanges before decking. Coatings containing isocyanates are acceptable, and alternate paint/coating systems require approval prior to production start. Verification testing will involve a mix of Engineering Testing, Confirmation of Compliance (COC), and Quality Assurance Performance and Verification Testing, with COC items not requiring government witnessing. Training will occur at four specified locations, consisting of two 4-day sessions per location, to be completed within three months of final delivery. ATTLA certification requires preliminary design approval before First Article Acceptance, with final approval occurring after the first article is built. Specific Tectyl undercoating grades are acceptable, and product approval is required during the initial design review.
    Amendment 002 to RFQ-47QMCA25Q0051 modifies a solicitation for 60-ton trailers for the Department of the Navy. Issued by the U.S. General Services Administration, this amendment primarily addresses vendor questions and clarifications, available in an attached document. Additionally, it increases the acquisition quantity from 57 to 60 trailers. The solicitation's closeout date remains October 29, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of this amendment via specified methods (completing items 8 and 15, acknowledging on each offer copy, or separate communication) to avoid rejection of their offer. The document also includes instructions for completing the Standard Form 30 for amendments and modifications.
    Lifecycle
    Title
    Type
    LOWBED TRAILERS- 60 TON
    Currently viewing
    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.
    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.
    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.
    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.
    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.
    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.
    RV Campers - DLA MWR San Joaquin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    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.
    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.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).