ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Total Small Business Set Aside for Brand Name or Equal: Kerr-Bilt Trailers - 40’ Gooseneck Hydraulic Tilt Trailer with two 16,000# axles

DEPT OF DEFENSE N61331-25-T-TR45
Response Deadline
Sep 9, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Surface Warfare Center, is seeking qualified small businesses to provide a 40’ Gooseneck Hydraulic Tilt Trailer with two 16,000# axles, specifically from Kerr-Bilt Trailers JL INC. This procurement aims to acquire a firm fixed-price contract for a trailer that meets detailed specifications, including features such as a WARRIOR T1000 winch, emergency breakaway kit, and various safety components. The total contract value is not expected to exceed $250,000, and interested vendors must submit their quotes via email to Terra Roberts by the specified deadline, ensuring compliance with all outlined requirements and evaluation criteria.

Classification Codes

NAICS Code
333924
Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
PSC Code
2330
TRAILERS

Solicitation Documents

2 Files
REDACTED BNoE v2.pdf
PDF178 KB9/3/2025
AI Summary
This Brand Name or Equal Justification from the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), outlines the acquisition of a 40’ Gooseneck Hydraulic Tilt trailer with two 16,000# axles. The purchase will be a firm fixed-price order, falling under simplified acquisition procedures with a value not exceeding $250,000. The required trailer is specifically a Kerr-Bilt Trailers JL INC. model, featuring detailed characteristics such as a WARRIOR T1000 18,000# winch, a toolbox, and removable guiderails. The contracting officer has determined this acquisition represents the best value. Offers for “equal” products must meet salient characteristics, clearly identify the item with brand and model, include descriptive literature, and detail any planned modifications. The contracting officer will evaluate “equal” products based on provided information.
Clauses-Supply.pdf
PDF248 KB9/3/2025
AI Summary
This government file outlines the terms, conditions, and instructions for federal government solicitations, focusing on deliveries, payment processes, contract clauses, and evaluation factors. It details FOB origin and destination, electronic payment submission via Wide Area Workflow, and numerous FAR and DFARS clauses covering areas such as executive compensation, System for Award Management, cybersecurity (Kaspersky Lab, telecommunications, ByteDance prohibitions, safeguarding defense information), small business programs, anti-trafficking, and compliance with various federal regulations (e.g., Buy American Act, Hexavalent Chromium, Iran sanctions). Key instructions include guidelines for offeror representations, certifications, and bid submissions. The evaluation criteria prioritize best value based on price, delivery, quality, and past performance, utilizing the Supplier Performance Risk System (SPRS). The document also includes specific NAVSEA clauses regarding the use of support contractors for official contract files, government approval, detailed invoicing instructions for non-firm-fixed-price CLINs/SLINs, and government points of contact for contract administration. It specifies hours of operation, holiday schedules, and delivery acceptance times for NAVSEA facilities.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
deadlineResponse DeadlineSep 9, 2025
expiryArchive DateSep 24, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAL SURFACE WARFARE CENTER

Point of Contact

Place of Performance

Panama City Beach, Florida, UNITED STATES

Official Sources