This is a combined synopsis and solicitation for commercial items usings Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes only solicitation. Quotes are being requested, and a written solicitation will not be issued.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2025-03, (01/03/2025).
The synopsis/solicitation number is W91ZLK-25-Q-7471 for the acquisition of Brand Name Talbert 35CC Lowboy Trailer.
Description of Requirements : One (1) Talbert 35CC Lowboy Trailer
a. Main Frame
• Fabricated 100,000 psi four-beam frame
• Capacity: 70,000 lbs distributed / 60,000 lbs concentrated in 12’’
b. Kingpin Setting
• 15” pin setting with 84” swing clearance, 12’ gooseneck
c. Crossmembers
• 5” x 3” high tensile strength tubing on 18” centers
d. Gooseneck, Deck And Accessories
• 102” wide removable deck (aluminum or wood)
• Gooseneck and trunnion (rear deck 2-axle trailer)
• 18¼” deck height
• 1½” nominal apitong full width
• 27” aluminum telescoping slide-out (lower deck)
• Landoll hoses and components certified to -40°F-40°f
e. Tie Downs / Chain Gotchas
• (2) D-rings rear of gooseneck
• Side-mounted D-rings on 36” centers
• (2) D-rings at base of trunnion, flush-mounted on top of inner beams
• (2) D-rings inner web-mounted top of trunnion
• (2) D-rings rear of trunnion, flush-mounted on top of inner beams
• (2) D-rings at top of trunnion slope (outer web)
f. Toolbox
• 24” H x 14” W x 22.5” D, placed on curb side of gooseneck
g. Winches And Accessories
• Planetary winch rated at 20,000 lbs with 85’ of ⅝” cable
h. Suspension
• Air ride with drum brakes
• Centralized grease system
• Air raise/lower control and suspension dump valve
i. Brakes / Hubs
• Automatic slack adjusters with drum brakes
• 16.5 x 7 full air / spring brakes, ABS 4S2M system
• 22.5 x 8.25 hub pilot / steel outboard hubs
j. Tires
• 255/70R22.5 commercial tires
k. Wheel Accessories
• Aluminum outer hub pilot wheels with outboard brake drums
• Steel inner hub pilot wheels with outboard brake drums
l. Hydraulic Power Source
• Hydraulic quick couplers rated at 2,500 psi, 20 GPM at controls, 50
GPM total
• 25 HP engine package, gooseneck mounted with cover
m. Axles
• (2) 25,000 lbs dual tire axles with oil bath bearings
n. Winches And Accessories
• Planetary winch rated at 20,000 lbs with 85’ of ⅝” cable
o. Warranty
• 2-year structural warranty
*For Specific information, please refer to the attached purchase description.
INSTRUCTIONS AND INFORMATION TO OFFERORS:
This is a Brand Name Only acquisition IAW 10 U.S.C. 2304(c)(1), as implemented by FAR 13.106-1(b)(1)(ii) Particular brand-name item and no other supplies or services will satisfy agency requirements.
This requirement is a Total set-aside among Small Business Concerns represented by the North American Industry Classification System (NAICS) Code 336212 (Truck Trailer Manufacturing) and the size standard is 1,000 employees. The Government intends to award a Firm Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal in accordance with FAR 15.101-2 that meets the requirement specifications.
All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov database prior to award will not be considered. Vendors may register with SAM online at the website link provided.
Submission Procedures:
ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-24-Q-7471 PROPOSAL FROM (INSERT COMPANY NAME)
The offeror shall include Company Name, Point of Contact, and Company Cage Code.
All questions regarding this solicitation must be submitted to the Contract Specialist, Tiffany D. White, via email no later than 2:00 P.M. Eastern Standard Time (EST) on Monday, 8 September, 2025 to tiffany.d.white23.civ@army.mil .
Responses to this solicitation must be signed, dated, and received no later than 10:00 A.M. Eastern Standard Time (EST) on Tuesday, 09 September 2025. Responses must be sent by email directly to the Contract Specialist, Tiffany D. White at tiffany.d.white23.civ@army.mil .
NO TELEPHONE INQUIRIES WILL BE HONORED.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) “Late submissions, modifications, revisions, and withdrawals of offers”.
The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.
FAR 52.212-1 “Solicitation Provisions Incorporated by Reference”
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contract Specialist will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph
identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: https://www.acquisition.gov/content/regulations .
The following clauses and provisions apply to this acquisition and are incorporated by reference:
FAR 52.201-1 Definitions
FAR 52.204-7 System for Award Management.
FAR 52.204-8 Annual Representations and Certifications JAN 2025
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.
FAR 52.204-27 Prohibition on a ByteDance Covered Application.
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.211-17 Delivery of Excess Quantities.
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services
FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services.
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services Products and Commercial Services.
FAR 52.219-1 Small Business Program Representations
FAR 52.219-28 Post award Small Business Program Representation.
FAR 52.219-33 Nonmanufacturer Rule
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.225-18 Place of Manufacture
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.232-39 Unenforceability of Unauthorized Obligations.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3 Protest after Award.
FAR 52.233-4 Applicable Law for Breach of Contract Claim.
FAR 52.239-1 Privacy or Security Safeguards
FAR 52.243-1 Changes-Fixed-Price.
FAR 52.246-16 Responsibility for Supplies.
FAR 52.247-34 F.o.b. Destination.
FAR 52.252-1 Solicitation Provisions Incorporated by Reference.
FAR 52.252-2 Clauses Incorporated by Reference.
FAR 52.252-6 Authorized Deviations in Clauses.
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7000 Disclosure Of Information
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (DEVIATION 2024-O0013 REVISION 1)
DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation
DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-- Representation
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
DFARS 252.219-7011 Notification to Delay Performance.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7001 Buy American and Balance of Payments Program.
DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies.
DFARS 252.225-7012 Preference for Certain Domestic Commodities.
DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools.
DFARS 252.225-7048 Export-Controlled Items.
DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.239-7001 Information Assurance Contractor Training and Certification.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252-244-7000 Subcontracts for Commercial Products or Commercial Services
DFARS 252.247-7023 Transportation of Supplies by Sea.