Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

23 -- Trailer Mobile Command Post

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0138
 
Response Due
8/26/2003
 
Archive Date
9/10/2003
 
Point of Contact
Lynda Akerson, Contracts Manager, Phone 202-767-7961, Fax 202-767-7897, - Lynda Akerson, Contracts Manager, Phone 202-767-7961, Fax 202-767-7897,
 
E-Mail Address
lynda.akerson@bolling.af.mil, lynda.akerson@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0138. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This is a small business set-aside. The North American Industry Classification System code is 421110 (formerly SIC code 5012) at an 100 employee standard. LINE ITEM: 0001 8.5 X 30 Trailer Mobile Command Post. Model #PC8530TA4. QTY: 1/LOT, UNIT PRICE: $____________________________, EXTENDED PRICE: $__________________________. TRAILER SPECIFICATIONS: Exact Specs, 8.5x30 MCP Trailer, Tandem Axel 6000 lbs (12,000 GVW), Standard Wheels, Front Mount Spare Tire, 32’ side Door, No Rear Opening, HD Rubber Flooring, 6’10” Standard Height, Air Force Blue Exterior, Standard Stone Guard, Insulated Walls/Ceiling, 50 Amps/110 Electrical pkg,100 Ft Lifeline Generator Box, 3 Horizontal/2Vertical Front and Back Windows, 60” Tongue, 2ea 15’ Overhead Cabinets/1ea 8’ Overhead Cabinet, 2 ea Upright Garment Closets, 2ea 32” C/S Doors, 2ea A/C Units w/heat, 30’ Translucent Roof, 25’ Awning, 2 ea Recessed Quartz/ 2 ea 8’ Fluorescent/2 ea 4’ Fluorescent Lights, 2 ea Slide Our Steps, 7.0 kw Wall Receptacles w/Tank, Standard Generator Box, 2 ea Scissor/Electric Tongue Countertops, All White Jacks, Standard Interior, Microwave/Refrigerator 15’ with hinged top/ 10’ with hinged top/8’ with hinged top/ Storage underneath Bench. FOB delivery and delivery schedule is required. IAW FAR 52.246-1, the contractor is responsible for performing or having performed all inspections and test necessary to substantiate that the supplies furnished under this contract conform to contract requirements. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (l), “Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.” Add paragraph (m), “ The point of contact for this project is 11th Civil Engineering Squadron government representative, MSgt Emmett Wheaton at (202) 767-4777.” FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.243-5, 52.247-29, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, and 52.222-37, 52.225-1, 52.233-3, 52.232-33. Clause 52.212-2, Evaluation—Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. All responses must be received no later than 3:00 P.M. EST on 26 Aug 03 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov/far. Questions concerning this solicitation should be addressed to Lt Lynda Akerson, Contract Specialist, Phone (202) 767-7961, FAX (202) 767-7897, E-mail to Lynda.akerson@bolling.af.mil or alternate, SSgt Maria Peloso, Phone (202) 767-7958, E-mail to maria.peloso@bolling.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-03-T-0138/listing.html)
 
Place of Performance
Address: Bolling AFB DC
Zip Code: 20032
Country: USA
 
Record
SN00398172-F 20030813/030811223123 (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.