Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
SOLICITATION NOTICE

23 -- Hazmat Trailer

Notice Date
6/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F1CEF131120300
 
Response Due
6/15/2003
 
Archive Date
6/30/2003
 
Point of Contact
Jeremy Starrett, Contract , Phone 850-283-8650, Fax 850-283-1033, - Douglas Pick, Contract Specialist, Phone 850-283-8649, Fax 850-283-1033,
 
E-Mail Address
jeremy.starrett@tyndall.af.mil, doug.pick@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 325th Contracting Squadron at Tyndall AFB FL is soliciting quotes for a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of one (1) Hazmat Trailer. This is a combined synopsis/solicitation for commercial commodity prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation number is F1CEF131120300 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions, and clauses in effect through the Federal Acquisition Circular 01-09 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System (NAICS) Code is 336212, size standard 500 employees. The contractor shall provide the following or equal: Hazmat Trailer, Haulmark Edge 8?X36? WT4, Manufacturer Haulmark: ? Stock number/Model number: EG85X36WT4 ? Item Description: Rear door: Ramp rear door with extension and spring assistance. Interior walls: 3/8 plywood with insulated and diamond plated aluminum walls. Floor: Non-skid sprayed on floor over ?? plywood floor. Ceiling: White vinyl ceiling liner with insulation. ? Options: ? Stone Guard ? Side Door 48? aluminum curb side door with steel frame w/hidden step and flush lock (all trailer doors recessed) ? 8? ceiling ? Roof vents 2 ? AC/ Heating system 2 ? Lighting package- 2 4? fluorescent lights w/diffuser, 2 dome lights, 1 cargo light, 1 100 Amp pane box w/100Amp motor base, 2 15 Amp breakers, 4 inside receptacles, 1 outside receptacles. ? Pair of rear stabilizing jacks ? Spare tire with rack ? Cabinets (all aluminum)-1X2X1/8?, framing 13-3? compartments, 39 shelves w/weight capacity of 200 pounds, 18 overhead cabinets, 1 desk, L shape bench with storage. ? Generator compartment. ? Window over desk ? Awning on curd side ? 8X8 interior wall with 36? interior door ? 3- 6,000 pound Torflex easy lube axles w/ electric brakes ? .030 smooth aluminum exterior ? Aluminum fender flairs ? Rust inhibiting chassis protection ? Trailer rated tires with aluminum wheels ? Hidden camlocks on rear door ? Break away switch ? 100? wide body ? 2-5/16 coupler Pintle hook ? Beaver Tail ? Frame cross member on 16? center s ? 1 piece aluminum roof ? Cast aluminum corners ? Stainless steel front corners and cap ? Truck body extension top and bottom ? Double bulb clearance lights ? Or equal FOB destination is required by the Government. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil/ In accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation, Commercial Items. Contract Terms and Conditions?Commercial Items, paragraph (a) is filled in as follows: ?The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award?. 52.212-3 Offeror Representations and Certifications?Commercial Items, Alt 1, 52.212-4 -- Contract Terms and Conditions?Commercial Items is tailored as follows: subparagraph (c) is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items: The following clauses apply; FAR 52.211-6 Brand name or Equal, 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-19 Child Labor ? Cooperation with Authorities and Remedies, 52.225-1 Buy American Act- Balance of Payments Program- Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration. 252.232-7003 Electronic submission of payment requests 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.247-34 F.O.B. Destination. 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract terms & conditions required to implement statues or Executive Orders applicable to Defense acquisitions of commercial items, Representations and Certifications attached and required. The closing date for this solicitation is 15 Jun 2003, at 3:00 p. m. Central Standard Time. Quotations will be accepted via email (see below) or fax at (850) 283-3963. The point of contact is SSgt Jeremy Starrett at (850) 283-8650, or alternate, TSgt Doug Pick at (850) 283-8645. You may email at jeremy.starrett@tyndall.af.mil
 
Place of Performance
Address: 119 Alabama Ave., Tyndall AFB FL.
Zip Code: 32403
Country: USA
 
Record
SN00337737-W 20030604/030602213303 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.