Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
SOLICITATION NOTICE

23 -- Purchase Trailer for Mobile Soils Lab

Notice Date
9/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-03-Q-A107
 
Response Due
9/22/2003
 
Archive Date
10/7/2003
 
Point of Contact
Michael Bumpus, Contract Specialist, Phone 702-652-6865, Fax 702-652-9570, - Tim Brim, Contracting Apprentice, Phone 702-652-6003, Fax 702-652-9570,
 
E-Mail Address
michael.bumpus@nellis.af.mil, tim.brim@nellis.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 Subpart 12.6, 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 F26600-03-Q-A107 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The Standard Industry Classification (SIC) for this solicitation is 3715 and the North American Industry Classification System (NAICS) is 336212. Based on the size standard for small business of 500 employees. Award will be made on or about 25 Sep 03. Contractor shall furnish all personnel, labor, materials, and supplies necessary to provide one (1) ? 32 foot long, minimum of 7 foot high, by 8 ? foot wide Vee nose cargo trailer with 12,000 lbs GVWR. The trailer, at a minimum, shall include the following requirements: 1. A 3 piece frame with an adjustable pintle hook assembly and a minimum 7,000 lb drop leg jack, be completely DOT approved for lighting and safety devices (to include LED running light system), chassis shall be fully undercoated, tandem axle assembly with drums and a minimum of 12 inch electric brakes. A DOT approved frame mounted battery breakaway set up, to include a mounting bracket, cover, and battery ?charge? indicator with diode isolation. 2. There shall be (2) 32-inch RV style side entry doors with knobs and dead bolt style locksets with a right hand hinges, located on the right hand side, one at the front and one near the rear, and a rear aluminum ramp door with a minimum rating of 2,000 lbs. 3. Heavy duty pull out steps below personnel doors and recessed grab handles 4. Spare tire with in floor storage 5. (2) 5,000 lb removable stabilizing jacks with holder located at the rear 6. The floor should include (24) flush mounted d-ring type tie downs. (For locations See Attachment 2) 7. The interior shall be completely insulated including the ceiling (Minimum of R7 Rating.) 8. Trailer shall be equipped with aluminum plank flooring with non-slip rubber floor located in the front ?conference area? only (See Attachment 2). 9. The electrical package should include, at a minimum, an 80 amp 12/120/240 volt service panel with a 60 amp main breaker. The breaker shall have a 25 foot (minimum) shoreline, to include a manual transfer wired to ensure end of shoreline matches receptacle, and have a locking cable hatch. 10. The trailer should have (5)-12 volt dome lights with (2) wall mounted control switches located near the entrance doors. (6) ? 48 inch double fluorescent light fixture flush mounted with (2) wall mounted light switches. There are to be (10)? 15 amp duplex GFI 120 volt wall receptacles and exterior shall also include (2) - 15 amp 120 volt GFI duplex receptacles (weather tight). 11. A Magnetek 7455 (or equal) 12 volt converter and (2) each 100 amp/hr deep cycle batteries. 12. (4) 12 volt accessory power receptacles 13. (6) communications/data jacks and associated wiring 14. The trailer shall have two (2) minimum of 13.5K BTU air conditioner with a minimum 5K BTU heat strip running off 120 volt shall be roof mounted. Air flow shall be ducted through ceiling with eight (8) vents with shutoffs. Location of vents TBD. 15. 12 volt powered roof vent (Thermostatically controlled with rain sensor, automatic or manually controlled), with ?Max Air? (or equal) roof vent cover. 16. Stainless steel sink and faucet installed in base cabinet per drawing (See Attachments) 17. Exterior city water hookup with a minimum 20 gallon portable water tank and drain and a minimum 25 gallon waste water tank and drain to include a 12volt electric demand water pump with accumulator and a single element (minimum) tankless hot water heater. 18. (2) Fire Extinguisher (5 lb minimum) 19. Battery operated smoke alarm and CO detector 20. Storage cabinets and work surfaces are configured per drawings (See Attachments) Cabinets need to have locking ?t? handles with 1-5 shelves (depending on cabinet height). Cabinet casework and doors feature plastic laminate construction over plywood cores with radius corners and impact resistant edge reinforcement. Work surfaces must be abrasion resistant plastic laminate over plywood core construction with radiuses impact resistant edge banding. 21. (4) 48? fluorescent strip-light, single bulb, underneath cabinet, 110volt individually switched. 22. The trailer shall be equipped with a 12kw commercial diesel generator with a minimum of 20 gallon frame mounted fuel tank to include a fuel guage and sending unit for certified fuel tank mounted inside trailer, battery, auto transfer switch and remote start/stop switch and a minimum of 2-year warranty. The generator shall be enclosed in a locking generator compartment location indicated per drawings (See Attachment 1) 23. Tie down points located strategically along undercarriage to ensure securing during air transportation. Trailer must be air transportable for Air force contingency situations. Delivery shall be no later than 01 November 2003 Price quoted shall be FOB Destination . Offerors must include with their quotations: a completed copy of provisions 52.212-3, Offeror Representations and Certifications--Commercial Items (attachment 1) This combine synopsis/solicitation (along with any attachments) will be posed on the Federal Government Electronic Posting Systems (EPS) site, http://eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), price and any discount, and delivery times; FAR 52.212-2 Evaluation ?Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications?Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. 52.212-5, Executive Orders-Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration applies for this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act- Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration, and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items. For solicitations issued after 1 Jun 98 all ** contractors are required to Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM on 22 Sep 2003 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention TSgt Michael Bumpus, Contract Adminsitratort, at (702) 652-6865, FAX NO. (702) 652-9570, michael.bumpus@nellis.af.mil or Contracting Officer, Mr. Daryl Hitchcock at daryl.Hitchcock@nellis.af.mil or (702) 652-2531 for information regarding this solicitation.
 
Place of Performance
Address: Nellis AFB NV
Zip Code: 89191
 
Record
SN00436390-W 20030919/030917213224 (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.