M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
ID: W912CH24R0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a payload capacity of 40 tons. This procurement aims to secure a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, allowing for the delivery of a minimum of 10 and a maximum of 840 trailers over a period of seven years, which includes five ordering years and two optional years. The M870A4 SLCET is crucial for transporting various engineering construction equipment and military vehicles under diverse climatic conditions, ensuring operational readiness in tactical environments. Interested small businesses must submit their proposals electronically by the specified deadline, and inquiries can be directed to Mike Daubenmeyer or Danial A. Davidson via the provided email addresses.

    Files
    Title
    Posted
    The document is a Security Classification Guide (SCG) issued by the Program Executive Officer for Combat Support and Combat Service Support Armoring Systems. It provides essential instructions for classifying and declassifying information related to the armoring systems used by the U.S. Army, addressing risks from direct combat scenarios, including threats from IEDs and other munitions. The guide outlines the authority under which it was created, highlights the challenges in classification, and establishes guidelines for handling sensitive information to ensure national security. It specifies requirements for marking documents, includes guidance on the release and reproduction of classified and unclassified information, and details protocols for foreign disclosures. Additionally, the SCG indicates various levels of classification—including Confidential and Secret—and provides detailed marking requirements and distribution statements. Emphasizing the importance of protecting armoring system testing data and performance standards, it seeks to mitigate risks of exposing vulnerabilities to adversaries while ensuring proper safeguarding practices for both government personnel and contractors. Overall, this SCG serves as a vital resource for managing sensitive information associated with military operations and technical advancements in armoring technology.
    The document outlines the specifications for accessing the Lifecycle Management Process Integrated Development Environment (LCMP IDE) Contract Data Requirements List (CDRL) Module, which is vital for the submission and management of contract deliverables in a secure environment. Contractors must obtain sponsorship from an Agreements Officer Representative (AOR) to access the module and provide personal and contract details through designated channels. The CDRL Module facilitates secure submissions, offers tracking dashboards, and provides role-based access controls to protect sensitive information. Approved alternative submission methods are also outlined for technical issues, including use of the DoD SAFE site and email. The document emphasizes the importance of security provisions, including encrypted communications and a validated user authentication process utilizing common access cards and certificates. Overall, this guidance aims to ensure that U.S. government agencies and their contractors can efficiently and securely handle unclassified contract documents while maintaining compliance with security protocols.
    The Attachment 0005 - OEM Contractor CDRL Module Access Request Form serves as the formal request for access to the Transportation System (TS) Contract Data Requirements List (CDRL) submission system. The form mandates the provision of personal and company-specific details including the applicant's full name, company affiliation, email address, CAC number, date of birth, and completion date of Cyber Security Awareness Training. Applicants must complete their Cyber Security Awareness Training via the designated military website. The document is distributed under Statement C, which restricts access to U.S. government agencies and their contractors, with further inquiries directed to the Program Executive Office in Warren, MI. This request form underscores the importance of cybersecurity training for personnel involved in government contracts, emphasizing the adherence to security protocols essential for handling sensitive data within federal and state/local procurement processes.
    The LCMP (Logistics Capability Management Portal) document provides comprehensive guidelines for Original Equipment Manufacturer (OEM) contractors on accessing and submitting Contract Data Requirements List (CDRL) deliverables within the U.S. Army’s system. The primary focus is on the steps contractors must follow to gain access, manage dashboards, submit both standard and on-demand CDRLs, and handle resubmissions or extension requests. Key sections include an access request procedure, details for using contractor dashboards for tracking deliverables, and instructions for submitting documents electronically. It emphasizes that submissions can only be unclassified or For Official Use Only (FOUO), and outlines specific protocols for physical or classified submissions. An automated notification system keeps contractors informed of submission statuses and deadlines. The document serves as a crucial resource to ensure contractors efficiently meet their obligations under government contracts, facilitating effective communication and compliance with Army processes. By detailing submission procedures, workflows, and troubleshooting, the LCMP aids in streamlining operations between government entities and contractors.
    This document is a Request for Use of Prohibited Materials (Attachment 0007) under Contract No. W912CH-24-R-00025, issued by the Department of the Army. It outlines the procedure for companies to request a waiver for using materials deemed prohibited in military vehicle production. Key sections include a description of the prohibited materials, an explanation of their intended use, associated health hazards, and an analysis of alternatives. The document emphasizes the need for technical justification for the use of these materials, assessing the risks to the program should the request be denied, and outlines a "Get Well Plan" for future compliance. The evaluation and recommendation process includes input from the Environmental Safety and Occupational Health Working Group (ESOH WG) before final approval. The intent is to ensure the responsible use of materials while adhering to safety regulations and military standards, thereby balancing operational needs with regulatory compliance.
    The file outlines a Use and Non-Disclosure Agreement concerning technical data and computer software provided by the government related to the solicitation W912CH-24-R-0025 for the M870A4 40-Ton Semitrailer. It details the Recipient's obligations regarding the use, modification, and safeguarding of government-furnished data, emphasizing that such data can only be used for government purposes and not commercially. The agreement prohibits unauthorized release or disclosure of the technical data and requires that all subcontractors also sign similar non-disclosure agreements. The Recipient must adopt security measures to protect the data and is responsible for any misuse, agreeing to indemnify the government against related claims. The agreement concludes with the requirement to destroy all received data within 30 days after contract completion. The document serves to ensure confidentiality, proper usage, and security of sensitive government data within the framework of federal procurement processes.
    The document TM 5-2330-343-13&P presents the Operator and Field Maintenance Manual for the M870A4 Semitrailer Lowbed, designed for transporting construction equipment. It outlines essential operator safety warnings and guidelines necessary for safe handling and maintenance of the semitrailer. Key warnings cover aspects such as semitrailer operation to prevent rollovers, proper use of compressed air, and the importance of wearing protective gear while performing various maintenance tasks. The manual includes detailed explanations of safety and hazardous material icons, ensuring users understand the risks associated with semitrailer operation and maintenance. Additionally, it provides instructions on load handling, brake systems, and coupling/uncoupling procedures to minimize accidents and equipment damage. The need for thorough training and adherence to established safety protocols is emphasized throughout. This comprehensive guide serves as a critical resource for military and civilian operators, highlighting the importance of following best practices to ensure personnel safety and effective equipment operation.
    The document presents a Request for Proposal (RFP) identified as W912CH-24-R-0025, which details requirements for various order periods related to the acquisition of M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) and associated support services. Offerors are instructed to complete all highlighted cells in the provided forms, including pricing for various Contract Line Item Numbers (CLINs) across five order periods and two optional periods. Each entry involves unit prices, quantities, and total prices for items such as production trailers and service contract reporting. Detailed inputs for each CLIN are mandated to ensure comprehensive pricing evaluation, with failure to comply resulting in potential proposal rejection. Additionally, the Federal Retail Excise Tax (FRET) is automatically calculated for each order period. This RFP highlights the government's structured approach to obtaining essential transportation equipment and services, emphasizing accountability and adherence to specific pricing guidelines throughout the bidding process.
    The document outlines the Economic Price Adjustment (EPA) Tables related to solicitation number W912CH-24-R-0025, governed by the Joint Program Office for the Joint Light Tactical Vehicle (JPO JLTV). It details the mechanisms for adjusting unit prices based on the Producer Price Index (PPI) specific to truck trailers over several order and option periods extending from January 2026 through January 2031. Each adjustment period specifies the actual index, projected ranges, and the formulas for calculating adjustments, including percentage changes from projected values. The document emphasizes the handling, dissemination protocols of Controlled Unclassified Information (CUI), and compliance with the Arms Export Control Act and related regulations. It includes guidelines for document destruction to prevent unauthorized disclosure. The primary function of this document is to facilitate fair pricing adjustments in federal contracts, ensuring both parties are protected against economic fluctuations affecting contract execution. Thus, it serves a crucial role in maintaining contractual integrity and fiscal responsibility in government procurements.
    The M870A4 Semi-Trailer Program report provides a detailed overview of the contract (W912CH-24-4-0025) status and production metrics as of September 15, 2022. Cited by the U.S. Army Tank-automotive and Armaments Command (TACOM), the report indicates that no units have been produced or shipped, and lists a total of ten M870A4 trailers awarded under the contract. It outlines the absence of deliveries, highlighting delays and production in process as reasons for non-compliance with the contract delivery schedule established on August 1, 2022. The report contains a structured delivery status including scheduled acceptance dates, destination, serial numbers, and communication contacts since the contract's inception. Additionally, the document notes issues related to care and storage service, emphasizing that charges begin after the 91st day of inactivity. The report signals the importance of transparency and oversight in federal procurement processes, ensuring all stakeholders are informed about production and delivery commitments. Overall, the report emphasizes the ongoing challenges in meeting contract delivery expectations within Department of Defense guidelines.
    The document titled "Provisioning Requirements Summary (LSA-036) Data P" outlines the mandatory data attributes required for provisioned items in government contracts. It categorizes these requirements using a legend that defines various codes representing whether data is mandatory or applicable based on specific conditions. Key attributes include items such as Provisioning Technical Documentation, commercial and government entity codes, item names, and maintenance-related rates. The summary highlights the systematic organization needed for item classification, including special considerations for long lead time items and repairable components. It specifies that the government shall provide guidance via provisioning conferences and emphasizes the importance of accurately identifying and documenting items in accordance with established codes and standards. Moreover, it stresses the criticality of maintaining accurate records for units of issue, associated quantities, and tracking changes in maintenance and replacement rates. Overall, the document serves as a comprehensive framework for ensuring that provisioning processes align with government contract requirements, facilitating efficient resource management and accountability. This thorough approach supports the overall goals of government procurement and supply chain logistics.
    The document outlines the requirements for Unique Item Identification (IUID) within the Army's Serialized Item Management (SIM) system, detailing items requiring IUID and the corresponding codes for their categorization. It specifies the necessity of IUID for various supply classes, including capital assets, major end items, and critical safety items, among others. The file contains a list of items, each identified by a unique shipping order, classification details, and a rationale for IUID status, aligning with the Army Interim Policy for SIM. Notably, it emphasizes the need for traceability for items classified as sensitive, classified, or that necessitate unique tracking. Additionally, a modification date indicates updates to the information management system reference. This document serves as a critical reference for compliance and management of serialized items in federal inventories, amidst the broader context of government resource allocation and accountability.
    The report focuses on the Item Unique Identification (IUID) marking activity, detailing validation and verification processes for items within government supply chains. It includes a record of unique items, characterized by their assigned parent UID, manufacturer part numbers, and serial numbers, indicating specific equipment such as trucks and engines. The document presents a structured data matrix showcasing raw scans of IUID information, containing essential identifiers like Enterprise Identifier (EID) and National Stock Numbers (NSN). Additionally, it notes the validation date, validation results, and verification outcomes of these unique items, which are critical in ensuring compliance and traceability in the procurement and management of government assets. The structured format of the report is designed for clarity and systematic review of item identification processes, which is vital for government RFPs and grant management, contributing to effective inventory control and accountability within federal and state/local frameworks.
    The document outlines specifications for a U.S. government property associated with the TACOM Weapon System. It includes details such as the National Stock Number (NSN) 1234-01-789-0123, a contract number (W56AB-FY-D-0123), and manufacturer information (CAGE 1TZJ4, part number 2374, and serial number 1234). A unique identifier, derived from the part number and serial number, is also provided (D1TZJ423741234). Additionally, there is a reserved space for future configuration changes noted within the document's structured data. This information is critical for tracking and managing military equipment, ensuring compliance with government standards and facilitating effective logistics and procurement processes within the context of federal requests for proposals (RFPs) and grants. Overall, the document serves as a concise reference for identifying and cataloging this specific weapon system, highlighting its importance in the defense procurement framework.
    The document is an Experience Factor Matrix designed for federal government Requests for Proposals (RFPs). It provides detailed instructions for submitting proposals, focusing on the submission of contractor experience. Offerors must fill in specific information about their submissions in highlighted cells and are reminded to adhere strictly to the outlined guidance. Notably, submissions must demonstrate actual performance contracts rather than broader ordering instruments, which do not meet the definition for evaluation. Key considerations include submission limits based on the criteria laid out in the proposal sections and requirements for recent contract performance as a prime contractor within the past five years. The matrix emphasizes the necessity for clarity in defining submission types and ensures that criteria are met for both government and private contracts. Overall, this document serves as a framework for evaluating contractor experience in relation to specific RFP criteria while maintaining compliance with federal contracting standards.
    The document outlines a federal government Request for Proposals (RFP) related to various funding opportunities, including federal grants and local/state RFPs. It emphasizes the significance of collaboration among stakeholders to achieve project goals while adhering to compliance and regulatory standards. The RFP aims to attract qualified organizations that can provide innovative solutions, service delivery, and technical expertise in response to identified community needs. Key areas of focus include project scope, proposal evaluation criteria, anticipated outcomes, and budget considerations. Overall, it serves as a framework for prospective applicants, highlighting the necessity for alignment with government objectives and the importance of fiscal responsibility in proposed initiatives. The purpose of this document is to facilitate a transparent selection process and ensure that awarded funds are utilized effectively to address critical issues within the community.
    The document serves as a Hazardous Materials Management Report related to Contract # W912CH-24-R-0025, focused on a Medium Equipment Trailer for military use. It emphasizes the importance of identifying and managing hazardous materials associated with equipment, outlining categories such as adhesives, lubricants, and batteries. Detailed examples include specific materials, their uses, and compliance standards for production, operation, and maintenance phases. The report instructs that Material Safety Data Sheets (SDS) must be provided for hazardous materials, alongside proper handling, storage, and disposal guidelines to meet regulatory requirements. It also calls for the inclusion of training provisions for personnel exposed to hazardous materials and requires documentation of any requests for the use of banned materials, supported by alternatives studies. The document is controlled and restricted for distribution to authorized personnel only, reflecting its sensitive nature tied to defense technology and environmental compliance.
    The document outlines the care, storage, and inspection protocols for the M870A4, including a detailed log of deficiencies and corrective actions. It lists critical factors such as the model, serial number, dates for DCMA acceptance, storage start, and inspection, along with a corrective action checklist to ensure compliance. Inspection results indicate whether corrective actions have been executed and identify the individual responsible for the inspections. Additionally, it includes the shipment date and the total duration of care and storage. This file is integral to addressing serviceability issues, ensuring that all equipment meets federal regulations and standards. It reflects the emphasis on maintaining quality control within government procurement and equipment management processes, consistent with governmental RFPs and grants aimed at ensuring effective utilization and oversight of federal assets.
    The report titled "Test Operations Procedure 01-1-010A: Vehicle Test Course Severity (Surface Roughness)" outlines methodologies for assessing the surface roughness and grade of vehicle endurance test courses, key for military vehicle performance evaluations. The document elaborates on several metrics, including Root Mean Square (RMS), International Roughness Index (IRI), and wave number spectrum (WNS) analysis, which collectively inform course characterization at U.S. Army Test Centers. Surface roughness is categorized based on regular monitoring, profiling at intervals of one month, and immediate reporting of hazardous conditions. Statistical assessments provide insights into terrain severity, focusing on RMS variations, IRI metrics at different speeds, and longitudinal grades critical for vehicle specifications. Key appendices detail specific equipment and methodologies used in profiling. Overall, the document serves as a comprehensive guide for ensuring test course maintenance and analysis, ultimately supporting thorough vehicle reliability assessments and facilitating accurate endurance testing planning.
    The "Attachment 0025 Special Waiver Request" outlines the criteria and process for contractors requesting waivers for Statement of Work (SOW) requirements. Contractors must submit a completed form with specific details regarding the SOW and associated Contract Data Requirements List (CDRL) aimed for waiver. The form requires justification, including substantiating evidence that the product has been manufactured within the last five years, identifying prior government contracts, and confirming no significant changes have occurred since government approval. It also demands proof of no adverse quality history over the last five years and that the item meets specific technical documentation specifications. The document emphasizes a structured approach to waivers, ensuring contractors back their requests with comprehensive data, ultimately ensuring compliance with federal standards for quality and consistency in procurement. It serves as an essential guide for contractors navigating the regulatory landscape of federal grants and RFPs by detailing expectations for waiver requests.
    The document outlines instructions for offerors in relation to the use of Government-Furnished Property (GFP) as part of a federal solicitation (W912-CH-24-R-0025). It details the requirements for calculating a GFP Price Adjustment for evaluation purposes when proposing to use GFP on a rent-free basis. The offeror must list the GFP, its acquisition cost, age, and type, along with all supporting calculations. Various rental rates are provided, categorized by property type and age, to determine the monetary value of GFP for evaluation. This includes specific rates for land, industrial equipment, and personal property. The instructions emphasize that adjustments will also consider previously authorized use, ensuring fair evaluation based on actual utilization. The document defines key terms such as "acquisition cost" and "age," and explains additional costs for making property available at the designated shipping point when provided as-is. Overall, this guidance aims to establish a transparent evaluation criterion for proposals that incorporate GFP, promoting fair competition in federal contracting.
    The document serves as a maintenance and inspection worksheet for military equipment, detailing the procedures for recording inspection results in accordance with established diagnostic standards. It includes sections for documenting organizational details, equipment nomenclature, inspection types, TM (Technical Manual) references, and detailed findings on equipment conditions. The form utilizes a set of status symbols to categorize deficiencies: an "X" indicates inoperable status, a circled "X" signifies limitations for operation, while dashes and slashes indicate material defects and improvements needed for efficiency, respectively. The worksheet is designed for structured reporting by maintenance personnel, ensuring that corrective actions are documented and tracked. This form underscores the importance of regular equipment assessments in maintaining operational readiness and compliance with military protocols, which is essential for federal and local government contracting and grant management in the context of military logistics and equipment standards.
    The document outlines the specifications and requirements for assembling an M870A4 PSPL kit, which includes various necessary components for drum brake systems and other related hardware. The kit comprises 11 specific items, including brake shoe assemblies, drum brakes, bearings, and an ABS sensor, with designated quantities for each component. For packaging, two wheel/tire assemblies are to be placed on a separate 40” x 40” pallet and secured for transport. Additionally, a component crate is specified for the remaining parts, organized to optimize space by designating upper and lower sections for different items. The entire assembly is designed to be shipped securely on the main deck of a trailer using ratchet straps for stabilization. This document appears to originate from a federal request for proposals (RFP) or grant related to government procurements, focusing on logistical and operational efficiency in the transportation of critical components for military-grade equipment.
    The document outlines the requirements matrix for Military Standard MIL-STD-40051-2B, detailing the operators' and maintenance personnel's responsibilities associated with specific equipment manuals (TM Content). It serves to categorize the various elements of technical manuals into distinct work packages, emphasizing the necessary documentation such as user guides, maintenance instructions, troubleshooting procedures, and records management. Each section describes mandatory (R), prohibited (P), or conditional (shaded) requirements applicable for the operator and maintenance paradigms. The structured appendices delineate various responsibilities, safety protocols, equipment descriptions, procedures for emergency situations, and even destruction methods for Army materiel to prevent enemy use. This matrix acts as a comprehensive guide for ensuring the proper handling, operation, and maintenance of equipment within military contexts, reinforcing the importance of following established standards for efficiency and safety. The detailed coding system aims to facilitate the clarity and usability of technical materials and promotes uniformity across documentation practices within military operations.
    The document outlines a series of federal and state/local Requests for Proposals (RFPs) and grants aimed at addressing various community and governmental needs. It highlights several funding opportunities for projects in diverse sectors, emphasizing their objectives, eligibility criteria, application processes, and deadlines. The grants focus on enhancing public services, infrastructure development, education, health, and environment sustainability, reflecting government priorities in resource allocation. The purpose of these RFPs and grants is to solicit solutions from contractors and organizations that can fulfill identified needs, fostering innovation and community engagement. Overall, this file serves as a crucial resource for entities seeking funding and partnership opportunities with the government, encouraging proactive participation in fulfilling public objectives while ensuring compliance with regulatory standards. The document promotes transparency and collaboration between the government and stakeholders to enhance service delivery and community welfare.
    This document outlines a comprehensive Request for Proposal (RFP) for the procurement of M870A4 Semitrailers, emphasizing its status as a 100% small business set aside under NAICS 336212. The government intends to award a single Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for up to 840 units over seven ordering periods, with specific requirements for quality management, configuration management, and stringent environmental and safety regulations. Additional provisions include guidelines for proposal submission, contractor responsibilities regarding technical data management, and requirements for inspections, packaging, and logistics support throughout the contract duration.
    The document outlines a Request for Proposal (RFP) for a 100% small business set-aside contract to procure M870A4 Semitrailers, specifically targeting the production of 40-ton construction equipment transporters. The government seeks to award a single Fixed Price Indefinite-Delivery Indefinite Quantity (IDIQ) contract, with a minimum quantity of ten trailers and a maximum of 840 over seven ordering periods. Each production year includes various delivery orders which may also involve logistics support and spare parts. An Economic Price Adjustment (EPA) clause enables price modifications based on specified economic indicators for particular contract line item numbers (CLINs). Proposals must comply with the North American Industry Classification System (NAICS) and confirm small business status as per SBA guidelines. The RFP emphasizes electronic submission requirements, stating that proposals must be received by the specified deadline to be considered valid. Additionally, the document includes clauses regarding security measures on Army installations and export control compliance for technical data. The summary showcases the government's approach to leveraging small businesses for essential military transport needs while adhering to regulatory frameworks.
    Similar Opportunities
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in Warren, Michigan, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton, under a total small business set-aside. The procurement involves the manufacturing of trailers that must comply with specific corrosion inhibitor standards and inspection processes, particularly for shipments outside the continental U.S. (OCONUS), as detailed in the associated specifications. The contract requires the delivery of a minimum of five trailers within 300 days post-award, with a maximum of 360 days allocated for the Final Acceptance Test (FAT). Interested contractors can reach out to Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil for further inquiries.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton, under solicitation number W912CH-24-R-0025. This procurement is a total small business set-aside, aimed at acquiring truck trailers essential for transporting heavy construction equipment, which plays a critical role in military operations and infrastructure development. The solicitation deadline has been extended to September 10, 2024, as per Amendment 0001, and all other terms of the original solicitation remain unchanged. Interested contractors should acknowledge receipt of this amendment and can contact Michael Daubenmeyer at michael.f.daubenmeyer.civ@army.mil for further inquiries.
    16- foot Gooseneck Dump Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the supply and delivery of a 16-foot Gooseneck Dump Trailer for the Lac Qui Parle Project in Minnesota. The procurement requires the trailer to meet specific weight ratings, dimensions, materials, safety features, and delivery timelines, with a strong emphasis on participation from small businesses, particularly service-disabled veteran-owned businesses. This equipment is crucial for project execution, ensuring compliance with federal acquisition standards while facilitating necessary operations. Interested bidders must submit their quotes electronically by September 19, 2024, and can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    7 x 12 Enclosed Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, is soliciting quotes for the procurement of eight 7 x 12 enclosed trailers under solicitation number W911YP24R0032. The trailers must meet specific technical specifications, including all-aluminum construction, integrated frame, and various structural features, while vendors have the flexibility regarding aesthetic finishes as there are no color or wrapping requirements. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in government contracting. Interested vendors must submit their quotes by 10:00 AM MST on September 11, 2024, to the designated contact, Kris Braun, via email at kristinna.a.braun.civ@army.mil.
    Heavy Duty Trailer Mover
    Active
    Dept Of Defense
    The Department of Defense, specifically the 48th Munitions Squadron (48 MUNS), is seeking to procure three heavy-duty trailer movers under solicitation number FA558724Q0102. These trailer movers are essential for enhancing the efficiency of transporting trailers in and out of Munitions Storage Structures, supporting the operational maintenance responsibilities for F-35A and F-15E aircraft and related equipment. The movers must be capable of pushing or pulling trailers weighing up to 20,000 pounds, maneuvering both indoors and outdoors, and operating on dual voltage electric power, with weather resistance and extended battery life. Quotes must be submitted within the specified deadlines, and interested vendors can direct inquiries to Mrs. Patsy Hereford-Goesmann at patsy.hereford-goesmann.1@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil. Delivery is expected within 30 calendar days of contract award, with coordination for shipment to RAF Lakenheath, United Kingdom.
    100 LRS Curtain Sider Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement and delivery of two 40-foot curtain sider trailers that must comply with United Kingdom roadways and safety standards. The trailers are essential for the 100th Logistics Readiness Squadron's mission of cargo delivery across various defense locations, and they must meet specific technical and operational specifications outlined in the Salient Characteristics document. Interested vendors are required to submit their quotes by 23:59 GMT on September 20, 2024, and must ensure compliance with all stated requirements, including active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Charles Kye at charles.kye.1@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    TRAILER,BOAT MOVING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of boat moving trailers. The contract requires the manufacture of trailers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These trailers are critical for the transportation of naval assets, ensuring operational readiness and logistical efficiency. Interested contractors must submit their quotes electronically to Brian J. Cawley at brian.j.cawley2.civ@us.navy.mil, with a minimum quote expiration of 90 days and the possibility of a contract award that includes an option for increased quantity within 365 days. For further inquiries, potential bidders can contact him at 717-605-1316.
    Enclosed Cargo Trailer
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotations for the procurement of an Enclosed Cargo Trailer designed for off-road use, with a focus on supporting Unmanned Aerial Systems (UAS) operations. The trailer must meet specific requirements, including dimensions of 12 to 14 feet in length and 7 to 7.5 feet in width, dual 3500 lb axles, off-road rated tires, and features such as insulation, air conditioning, and secure storage for sensitive equipment. This procurement is crucial for enhancing operational capabilities in challenging terrains, with a total small business set-aside under NAICS code 336212. Interested vendors must submit their offers via email by the specified deadline, and inquiries should be directed to Lucas Peppers or Keith Friot, with responses to queries expected by September 6, 2024.
    Deployable All Weather Trailer Pusher-Mover
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a deployable all-weather trailer pusher-mover under solicitation FA500024Q0066. This equipment is essential for moving and positioning trailers and equipment in tight spaces and adverse weather conditions, thereby reducing injuries associated with manual trailer handling in arctic conditions. The procurement emphasizes the need for battery-powered functionality, weight capacities of 35,000 lbs. or greater, and features such as automatic height adjustment, with a firm-fixed-price contract to be awarded based on price and technical acceptability. Interested parties must submit their quotes, including a price schedule and technical summary, within 90 days of the contract award, and can direct inquiries to SrA Felix A. Prose at felix.prose@us.af.mil or SSgt Jake P. Montalbano at jake.montalbano@us.af.mil.
    ACFT Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Minnesota Army National Guard, is soliciting quotes for the procurement of a mobile storage trailer designed for the Army Combat Fitness Test (ACFT) equipment. The trailer must meet specific design requirements, including dimensions and load capacity, and feature secure storage capabilities, such as aluminum lockable roll-up doors and a weather-tight exterior. This acquisition is crucial for facilitating the transportation and storage of fitness equipment for military personnel during state events, emphasizing the government's commitment to enhancing fitness training while supporting small business participation in federal contracts. Interested vendors must submit their proposals by September 9, 2024, and can contact Eric Ahlgren at eric.a.ahlgren.civ@army.mil or by phone at 320-616-2775 for further details.