Skip to main content

An official website of the United States government

You have 2 new alerts

Enclosed Utility Trailers - 4 each

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jan 15, 2025 08:45 am MST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 31, 2025
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Harrison , MT 59636
    USA

Description

Request For Quote (RFQ)

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

W9124V25QA003 is a solicitation issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07.

Statement of Work (SOW) for Army National Guard (ARNG) Utility Trailers

1. REQUIREMENT DESCRIPTION

The Montana Army National Guard has a requirement for enclosed utility trailers to support Recruiting and Retention at recruiting events. The trailers will allow personnel to haul recruiting equipment to high schools, fairs etc. These trailers will replace outdated, out-of-warranty, and broken equipment. These trailers will be parked at Readiness Centers around the state.

2. INSTRUCTIONS TO QUOTERS

2.1. BASIS FOR SELECTION: The Government intends to award a firm-fixed price delivery order that can provide the supplies that represents the best value to the government when evaluating price and other-than-price factors:

* Past performance: Per DFARS 213.106-2(b)(i) past performance will include data pulled from Supplier Performance Risk System (SPRS) located in the Procurement Integrated Enterprise Environment (PIEE) platform.  Evaluation may also include information pulled from CPARS, FAPIIS, EDA, available government databases, and other sources.

* Maintenance Location: Prefer vendor with capability of providing service/maintenance within 100 miles of Fort Harrison, MT

* Delivery terms – pick-up within 100 miles of Fort Harrison or free delivery to Fort Harrison, MT with a quick delivery timeline

2.2 This is a 100% small business set aside under the North American Industry Classification System (NAICS) code 336212-Truck Trailer Manufacturing, with a Size Standard of 1,000 employees.

NOTE: If this NAICS is not listed as one of your organization’s codes in the System for Award Management (SAM) website, you will need to certify your business size for this NAICS (prior to award), via FAR Clause 52.212-3, Alternate I, Offeror Representations and Certifications---Commercial Items Alternate I.”

2.3 Quote shall include shipping to Fort Harrison, MT 59636.  Shipping shall be free on board (FOB) destination CONUS (Continental U.S.)  Delivery shall be made to 1956 Mt. Majo Street, Box 4789, Fort Harrison, MT 59636.  Government will consider pick up of trailers within 100 miles of delivery address.

2.4 Invoicing shall be through WAWF at https://piee.eb.mil and payment will be Electronic Funds Transfer (EFT) from Defense Finance and Accounting Service (DFAS).

2.5 New products ONLY; NO re-manufactured or "gray market" items. All items shall be covered by the full manufacturer's warranty.  All proposed products shall be available on your GSA Schedule at the time of award.

2.6 All applicable FAR, DFARS & AFARS clauses and provisions apply to this RFQ.

2.7 Quoters shall submit an itemized quote with images, item descriptions, warranty information, delivery terms, service capabilities and individual pricing for all. 

2.8 Provide the following information on your quote:

* Point of contact information

* UEI# and CAGE

* Place of manufacturing,

* Delivery time after award,

* Business size, and socio-economic status

3. EQUIPMENT SPECIFICATIONS-Specifications were updated on 1/14/2025 in response to questions from vendors.

3.1 Quantity of four (4) enclosed utility trailers with the following salient characteristics:

  • V Front Straight nose dual axle
  • Max GVWR of 7,100 lbs.
  • Min. width of 6’, min. length of 13’, with a minimum height of 8.1'
  • Max width of 7’, max length of 14’ (not including the nose), not to exceed 8.8' in overall height
  • Leaf Spring Suspension
  • Adjustable strap hooks on interior walls
  • LED exterior lights with 7 pin round truck plug in
  • Minimum of 4 HD ground D-Rings
  • Side Access Door w/Paddle Handle & Piano Hinge
  • Two (2) 5/16th Coupler w/Safety chains
  • Min. 3/4" Water Resistant Decking
  • Two (2) Dome Lights w/Switch
  • One (1) Piece Aluminum Roof or equivalent
  • Roof Vents
  • Rear Ramp w/Spring Assist w/Aluminum Hardware
  • Aluminum siding to protect against road debris or equivalent
  • A minimum of a 1-Year Limited Warranty
  • 2000 lb. Center Jack w/Foot
  • Spare tire with secured mounting
  • At least a 10-year lifespan

Contact Information

Primary Point of Contact

Secondary Point of Contact

History