34-Ton Break-Bulk Trailers
ID: RFQ47QMCA26Q0002Type: 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 soliciting quotes for thirty-seven 34-ton break-bulk trailers on behalf of the Department of Navy, under the RFQ 47QMCA26Q0002. The trailers must meet specific military and engineering standards, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and various performance requirements for operation in diverse terrains and extreme temperatures. Interested vendors must submit their quotes electronically by December 17, 2025, at 1:00 PM EST, including a completed SF18, technical specifications, and pricing, to John E. Hodges at john.hodges@gsa.gov. Key evaluation factors will include past performance, adherence to the purchase description, warranty, maintenance availability, and delivery terms.

    Point(s) of Contact
    Files
    Title
    Posted
    The government is soliciting quotes for thirty-seven 34-Ton Break-bulk trailers under RFQ 47QMCA26Q0002, a small business set-aside under NAICS 336212. Quotes are due by December 17, 2025, at 1:00 PM EST and must include a completed SF18, technical specifications, and pricing. Key evaluation factors include past performance, ability to meet purchase description, warranty, maintenance availability, and delivery terms. All submissions must be electronic and sent to John E. Hodges at john.hodges@gsa.gov. The RFQ outlines specific instructions for quote preparation, including separate technical and price volumes, and requires adherence to various FAR and GSAM clauses. Deliveries will be made to multiple Naval and Coastal Riverine Group locations.
    The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) requires a 34-ton Trailer Stake Breakbulk to replace its aging fleet. This trailer must transport various shipping containers and breakbulk cargo, complying with military (MIL), American Welding Society (AWS), and Society of American Engineer (SAE) standards. Key requirements include compatibility with specific government-owned tractors, a minimum distributed capacity of 70,000 lbs, and an overall length not exceeding 48 ft. The trailer must feature a steel frame, steel/composite decking, and a 6-28 volt DC electrical/LED lighting system with both NATO and commercial connections. It needs an air ride suspension, anti-lock brakes, solid steel dual wheels, and new pneumatic radial tires. Performance requirements include operation on diverse terrains and in extreme temperatures. The solicitation outlines detailed specifications for materials, configuration, auxiliary components, military modifications, air transportability (including ATTLA certification processes), paint, markings, data plates, technical support, and documentation. The contractor must adhere to strict quality control, undergo design reviews, and facilitate operational testing by the Navy, with final acceptance contingent on ATTLA certification.
    This addendum to FAR 52.212-4 details contract terms for commercial products and services, particularly regarding invoice payments, order of precedence, and unauthorized obligations. It specifies that invoice payments are due 10 days after proper invoice receipt or government acceptance of goods/services. The document establishes a clear hierarchy for resolving contract inconsistencies. A key focus is on preventing Anti-Deficiency Act violations, stating that any commercial supplier agreement language requiring the Government to pay future fees, penalties, or indemnify the contractor is unenforceable unless expressly authorized by statute. It further clarifies that commercial supplier agreements are governed by Federal law, deleting conflicting state/local laws or dispute resolution terms. Material changes to commercial supplier agreement terms require bilateral modification, and automatic renewals of licenses or services are prohibited without express Government consent. The U.S. Department of Justice has sole right to represent the U.S. in indemnification actions, and audit discrepancies are resolved via the contract's Disputes clause.
    The "Technical Exceptions Worksheet" (RFQ47QMCA26Q0002) is a government document designed for vendors to log and justify technical exceptions to a solicitation. It provides fields for vendor name, solicitation number, revision details, and specific line item exceptions. The worksheet categorizes exceptions by "From" and "To" values and requires a "Reason for Exception" from the vendor. It also includes sections for GSA review, GSA Minimum Equipment Code or Option Code, and an "Issue Summary" tracking open, closed, and total exceptions. An "Action Index" defines GSA, vendor, or no action, with fields for "Action," "Status," and "Final" to track the resolution of each exception. This document streamlines the process of managing and resolving technical discrepancies in government procurement, ensuring clarity and accountability for both vendors and the GSA.
    This document, "Attachment #4 Brand Name or Equal Worksheet," is part of a federal government Request for Quotation (RFQ47QMCA26Q0002). It serves as a structured form for vendors to propose "or equal" offerings to brand-name products specified in the solicitation. The worksheet requires vendors to detail the manufacturer, model, and description of their proposed alternative, aligning it with the salient features outlined in the original GSA purchase description. It includes sections for GSA to indicate acceptance or rejection of the proposed alternatives, tracking the status of each item. This attachment is critical for ensuring that vendors can offer functionally equivalent products while maintaining transparency and compliance within the federal procurement process.
    The U.S. General Services Administration (GSA) provides a "Request for GSAFleet.gov Account Form" for companies to create an AutoVendor account. This form is essential for businesses responding to GSA solicitations and programs, requiring detailed company information such as name, address, valid UEI number, business size, and up to five order email addresses. The form 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 the individual's name, telephone number, fax number, and email. This document streamlines the process for vendors to manage their accounts and interactions within the GSAFleet.gov system.
    GSAFleet.gov's "Managing Orders for Vehicle Suppliers" user guide outlines the consolidated system for federal vehicle acquisition, leasing, and rentals. It details account creation, login, and managing vehicle orders. Suppliers can view order details, download Motor Vehicle Delivery Orders (MVDOs), and access attachments. The guide emphasizes updated status reporting procedures, allowing single or bulk uploads directly to GSAFleet.gov, replacing previous weekly email reports. It also introduces a "Just Browsing" feature for suppliers to view their vehicle offerings and verify accuracy within the purchasing storefront. This modernization aims to streamline fleet management for federal agencies by integrating 19 disparate systems into a single platform.
    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.
    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.
    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.
    RFQ Wachs Standard LX Valve Maintenence Skid VMS, Gas or equal
    Buyer not available
    The General Services Administration (GSA) is issuing a Request for Quote (RFQ) for the procurement of two Wachs Standard LX Valve Maintenance Skids, Gas or equal, to be delivered to San Diego, California. This procurement is critical for maintaining operational efficiency in valve maintenance, and vendors are required to submit complete quotes, including descriptive literature, by the specified deadline. The contract will be awarded based on the lowest price technically acceptable, with delivery expected within 45 business days to CONUS locations, including mandatory shipping to APO/FPO addresses and naval vessels. Interested vendors should direct inquiries to Jim Dear at jim.dear@gsa.gov and ensure compliance with all submission requirements to avoid disqualification.
    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.
    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.
    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.
    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.
    TACOM Tecmotiv M60A Engines
    Buyer not available
    The General Services Administration (GSA) is seeking to procure M60A engines through a limited source justification under FAR Part 8.405-6. This procurement is designated as a one-source acquisition, indicating that the engines are required for specific operational needs, likely related to military or defense applications. The engines will be utilized in vehicular applications, emphasizing their importance in maintaining operational readiness and support for military equipment. Interested vendors can reach out to Melissa Mae Salvatore at melissa.salvatore@gsa.gov or call 817-850-8273 for further details regarding this opportunity.
    2025 Wheelchair Accessible Light Vehicles Program MY26 Industry Day
    Buyer not available
    The General Services Administration (GSA) is hosting an Industry Day for the 2025 Wheelchair Accessible Light Vehicles Program, as outlined in Solicitation 47QMCA24R0034. This event, scheduled for October 1, 2025, aims to inform existing contractors and new interested offerors about the Open Season process for submitting Next Model Year (NMY) information and proposing new models that comply with federal standards. The GSAFleet.gov platform will facilitate the bid process, allowing vendors to update pricing and specifications for the 2026 model year, with key Open Season dates set for October 1-31 and December 1-15. Interested parties are encouraged to attend the virtual Industry Day and can reach out to Eric VanderVeen at eric.vanderveen@gsa.gov or Sharon Hamer at sharon.hamer@gsa.gov for further inquiries.