Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
MODIFICATION

23 -- Custom Utility Trailers

Notice Date
9/23/2002
 
Notice Type
Modification
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W903J1-2199-0006
 
Response Due
9/26/2002
 
Point of Contact
KARI CHURCHILL, 517-483-5904
 
E-Mail Address
Email your questions to USPFO for Michigan
(kari.churchill@mi.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes t he only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W903J1-2199-0006, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect t hrough Federal Acquisition Circular Number 2001-09 and Defense Acquisition Circular Number 91-13, 20020730 Edition. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 336212 with sma ll business standard of 500 employees or less. This is a ?Best Value? solicitation and offerors should submit a quote that they feel will best support our requirements. Description of commodity: 2 ea. Custom Utility Trailers with the following minimum specifications: No larger than a 16 foot long, 8 foot wide trailer box; 6,120 LB Payload Capacity Average; Tandem Axle Configuration; Dark Blue Color; Rear Door (Double) Opening; Air Transportable; 3 / 16? Thick Epoxy Coated Steel Diamond Decking on Floo r and Ramp; 6 Ea. 5000 LB Capacity Interior D-Ring Tie Down (2 rear, 2 front, 2 at 9? from rear); 4 Ea. 5000 LB Capacity Exterior D-Ring Tie Down; Heavy Duty Spring Assist Ramp Door; Floor Joists 16? on Center; Roof Vent; 12v Electrical; Stone Guard; Side Door, Side Windows (1 sided glass or tinted glass on opposite side from side door); Flush Lock; 4 Wheel Electric Brakes; Aluminum Roof; AC 13.5 BTU w/ heat strip; Spare Tire with Tongue Mount; 3 Ea. Interior GFI Receptacle (1 front, 1 each side); 1 Ea. Ext ernal Motor Base Plug; 1 Ea. 4? Fluorescent Light; E-Track, Recessed, Sides and Front; Wheel Tongue Jack; Folding Desks (along window side); Overhead Cabinets; Laminated Cabinets (30 inch height); 120 / 240 Volt, 50 AMP Breaker Box with 24 Circuits and 50 AMP Main Breaker; 14 FT Roll-Up Awning, Centered on Curbside Wall; 7KW Onboard Generator System with Two 6 Gallon Removable Fuel Tanks, Remote Start/Stop Switch, Installed at Front Roadside Corner. The following FAR provisions and clauses apply to this so licitation: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-17, Delivery of Excess Quantities; 52.212-1, I nstructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being price, delivery, prior performance, and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212- 3, Offeror Representation and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.219-6 , Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer- -Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.2 52-6, Authorized Deviations in Clauses; The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7004, Required Central Contractor Registration; 252.212-7001 (Dev), Executive Orders Applicable t o Defense Acquisitions of Commercial Items (Deviation); 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act-B alance of Payments. Copy of provisions and clauses are available on the Internet at http://www.arnet.gov/far. Successful offeror must have a valid DUNS Number, be capable of receiving payment via Electronic Funds Transfer (EFT) and be registered with Cen tral Contracting Registry (CCR) http://www.ccr.gov. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000 and provide three (3) customer references with business name and point of conta ct with telephone number. The quotes must provide sufficient detail on the proposed item to allow the Government to make a best value determination. Please also provide information on how maintenance and modifications will be done once the trailers are p urchased. The Government will award a contract resulting from this solicitation to the responsible offerer whose offer conforms to the solicitation and will be most advantageous to the Government. Required information, completed offer and descriptive lite rature, may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than 4:00 P.M., local time, 24 September 2002. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Kari Churchill at (517)483-5904 or by e-mail at kari.churchill@mi.ngb.army.mil.
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN00173832-W 20020925/020924065401 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.