Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

23 -- Trailers

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-R-0030
 
Response Due
9/17/2003
 
Archive Date
10/2/2003
 
Point of Contact
James Radford, Contract Specialist, Phone (301)981-2361, Fax (301)981-1270, - Gerome Jordan, Contract Officer, Phone 3019812304, Fax 3019811911,
 
E-Mail Address
James.Radford2@andrews.af.mil, Gerome.Jordan@Andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Solicitation number FA4416-03-R-0030 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and DFC 20030214. 4. This is a 100% Small Business Set-Aside. If there is no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. Number note 1 is applicable The NAIC code is 423830 and the size standard is 500 employees. 5. This solicitation contains one line item as follows: CLIN 0001: Five each Utility Trailer, Size: 7? wide by 14? long. 6. Non-Personal Services. Description of Services/SOW: The contractor shall provide all parts, labor, personnel, tools, parts, equipment, plant and transportation to construct and deliver five modular trailers in accordance with attached specifications. The trailer must be delivered to Andrews AFB MD 20762. Specifications 1. Trailer height: NTE 8?, interior height no less than 6? 2. Trailer length: 14? body with 5? tongue (Max length including tongue: 19?) 3. Trailer width: 7-8? (includes wheels) 4. Tandem 3500lb axles with E/Z lube and electric brakes 5. Adjustable heavy-duty scissor type jacks on all four corners 6. Tongue mounted diesel generator in box (5kw--tactical environment hush kit, electric start, remote start, w/ 100amp battery) 7. Seven-way trailer end wiring connector 8. 3? adjustable height pintle eye coupler with 4? adjustment, capable of 12,000lbs GVWR. DOT compliant ?? safety chain. 9. Fully undercoated chassis with corrosive preventative compound 10. Heavy-duty forged lashing rings (5,000lb capacity) installed on each corner 11. Single curbside door, 30?X 63? positioned 30? back from outside front wall 12. Swing-down rear ramp door with spring assist, 76 ?? X 63? 13. ?? exterior grade plywood floor, exterior surface undercoated, interior surface painted gray 14. Six (6) non-swivel type D-rings, flush mounted in floor with steel backing plate (customer will specify locations) 15. Three (3) tinted glass horizontal slider windows, 30x24 minimum size (two on drivers side, one on passenger side) 16. Top and sidewall insulation, R5 min rating 17. Interior roof and sidewalls lined with ?? white vinyl 18. Interior hinged fold down counter tops, 31? above floor, (see drawing for location) 19. Two (2) interior spot lights mounted on 30? folding swing-out arm (see diagram for location) 20. 120V wall mounted air conditioner, 9,000 to 13,000 btu, centered on front wall as high as possible 21. Two (2) 4? double fluorescent light fixtures 22. At least six (6) 15amp 120V duplex wall receptacles 23. Two (2) 4? 1000wt, 120V baseboard heaters with thermostat mounted on wall 24. Two (2) 12? crank-out awnings, one on each side, charcoal gray to match trailer 25. Spare tire and wheel 26. Storage cabinet separating two workspaces, floor to ceiling (see pictures) 27. Interior switches for lights 28. Flat exterior finishes--all non-metallic, charcoal gray 29. 12V exterior lighting 30. Storage cabinets over windows, 14? max depth 31. 120V 4-curcuit service panel with main breaker and 25? shoreline installed on front corner and including matching plug for generator 32. Must be transportable via C-130, C-141, C-17, and C-5 aircraft while connected to prime mover (2004 Ford F-350 Super-duty 4X4 P/U Truck) Note: AFFSA/XAMF must approve final design before construction **NOTE: If need, please e-mail the Government POC for sample of pictures, specifications or price schedule. 7. Period of Performance: 1 Oct 03 through 30 Sep 03. Place of Performance: Andrews AFB MD 20762. FOB Destination. 8. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. The offeror agrees to hold the prices in its offer firm until 31 Oct 03. 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Best value will be based upon a tradeoff between non-price (Design i.e. sketch or drawing) and price factors. The contractor?s design is significantly more important than price consideration. 9a. The Government will review all offers for completeness. The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offer whose offer is the most economical. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items. 12. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. This Statement is for Information Only: It is not a Wage Determination: Employee Class GS-5 Monetary Wage?Fringe Benefits $11.23. Wage Determination 94-2103, Rev 24 applies to this solicitation and any resultant award. 12. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. 14. Offerors are required to complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000 (exceeding SAP), Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate 15. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) bid schedule; (b) the design, drawings or sketches, (c) completed Representations and Certifications ?FAR 52.212-3?. 16. Quotations must be received no later than 3:00 pm EST, 17 Sep 2003. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA4416-03-R-0030) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1913. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: Tenant Team/SSgt Radford ? FA4416-03-R-0030). 17. The Government Primary point-of-contact is SSgt Radford (301-981-2361 (James.Radford2@andrews.af.mil). The secondary point-of-contact is SSgt Taylor (301-981-7347, (Nicole.Taylor@andrews.af.mil).
 
Place of Performance
Address: Andrews AFB Maryland
Zip Code: 20762
Country: US
 
Record
SN00432284-W 20030913/030911213338 (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.