Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

23 -- Modified 5th Wheel Trailer

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS, 460 CONS, 320 N. Beaver Creek St (MS 92), Buckley AFB, CO, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
FA2543-04-Q-0008
 
Response Due
3/25/2004
 
Archive Date
4/9/2004
 
Point of Contact
Don Morgan, Contracting Specialist, Phone 303-677-9953, Fax 303-677-6443, - Debra Carroll, Contracting Officer, Phone 303-677-6440, Fax 303-677-6443,
 
E-Mail Address
don.morgan@buckley.af.mil, debra.carroll@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared IAW FAR 12.6 and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; proposals are due by 25 March 2004, 2:00 PM, Mountain Daylight Time. This solicitation document and incorporated provisions & clauses are those in effect through FAC 2001-20 and DFARS change notice 20040113. This solicitation is a Request for Quotation (RFQ) and is 100% set-aside for Small Business. NAICS Code is 336212, employees 500. All responses to this solicitation/RFQ must refer to Solicitation FA2543-04-Q-0008. Item 0001, Quantity 1 EA. 5th wheel Trailer built IAW the following specifications. BASE UNIT: 40’ Fifth Wheel with open compartment over pin box – includes 3-7000 # axles with electric brakes. 1.) White Aluminum Exterior with lower 4’ portion Red 2.) 10” I-beam mains 3.) All cross members and uprights on 16” centers 4.) 235/85 R16 tires with 8 lug wheels 5.) 8’8” height 6.) 8’ width 7.) 13500 # cargo capacity 8.) Wall partitions between compartments (constructed of aluminum capable of supporting 300# capacity roll out shelves) 9.) Sheet vinyl (commercial grade) floor covering 10.) Ramp rear door w/spring assist 11.) 5-36”X72” Out swing doors w/cam locks 12.) 3-ramps for swing out side doors, under carriage mounted 13.) 7-Roll out trays 36”X72” adjustable Heavy Duty (approximately 300 # capacity) 14.) 10-shelves 36”X24” adjustable 15.) Trays and shelving to have powder-coated aluminum floors 16.) 5-pull steps 17.) 8-500 watt recessed Quartz lights w/2 switches, 4 each side evenly spaced 18.) 1-500 watt Quartz light w/ switch rear mounted 19.) 16-12 volt interior lights switched at electrical panel (2 ea. side compartment, upper & lower) 20.) 4-12 volt overhead interior lights switched at electrical panel in front walk-through compartment. 21.) 50 Amp 110 volt service 22.) 5-110 volt 15 amp outlets (1 each left side compartments). 23.) 12 volt converter 24.) All wiring in walls opposed to surface conduit 25.) Pre-wired for emergency lighting (2 lights each side of trailer 1 front corner, 1 rear corner and light bar top rear roof of trailer). 26.) 12 Volt battery pack. 27.) 3-Roll up doors 36”X72” 28.) 2-Roll up doors approximately 36”X 42” to be installed 1 each side over front of fenders. 29.) 2-110 volt 15000 BTU Roof mounted Heat Pumps, exposed ducted to each compartment on ceiling w/return air grills on lower compartment walls. 30.) 1-110 volt shore plug w/50’ electrical cord of sufficient size to supply unit. 31.) Roof to be lined with Luan paneling. 32.) Spare Tire and wheel. Drawings as to layout and specifications are available E-mail or by Fax. Contact the POC listed below. Delivery is FOB Destination, Buckley Air Force Base Aurora Co. 80011 The contractor shall provide full manufacturers warranties. All warranty work will be done in the Aurora, Colo. Metro Area. All interested business shall include the information at FAR 52.212-3 (Offeror Representation and Certifications for Commercial items) and FAR 52.212-3 Alt I with their DUNS, Cage, & Tax ID Numbers. FAR 52-212-1 (Instructions to Offerers-Commercial items), 52.212-4 (Contract Terms and Conditions- Commercial Items), FAR52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items) [52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate l, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Alternate II Buy American Act-Supplies-North American Free Trade Agreement- Israeli Trade Act-Balance of Payments Program, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration,], 52.252-1 (Solicitation Provisions Incorporated by Reference), 52.252-2 (Clauses Incorporated by Reference), 52.252-6 (Authorized Deviation in Clauses), 252.212-7001 (Contract terms and conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items), [52.203-3 Gratuities, 252.225.7001 Buy American Act and Balance of Payments Program, 252.225-7016 Alternate 1 Restrictions on Acquisition of Roller Bearings, 252.225-7036 Alternate 1 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247.7023 Alt. III Transportation of Supplies by Sea ], 252.204-7004 w/Alt A (Required Central Contractor Registration), 252.225-7000 (Buy American Act-Balance of Payments Program Certificates), 252-232-7003 (Electronic Submission of Payment Requests). IAW FAR 52.212-2, The Government will award a Firm Fixed Price purchase order under simplified acquisition procedures, resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be an all or nothing basis. The following factors shall be used to evaluate offers: Price, and Delivery Date. Offers must acquaint themselves with the regulations concerning Commercial Item acquisition at FAR 12. Offers not in possession of the referenced clauses in text may obtain them at http://farsite.hill.af.mil/. Potential contractors must be registered in the Central Contractor Registration http://www.ccr.gov/. Offerors interested in providing a response to this notice are encouraged to contact the Contracting office, Mr. Don Morgan at (303) 677-9953. Offerors are encouraged to put all inquires in writing and fax them directly to the Contracting Officer at (303) 677-6443. All responsible Small Business sources are invited to express their interest to this solicitation. Responses to this notice shall be received no later than 2:00 PM 25 March 2004 MT Daylight Time. Offer must be in writing and must include a signature. Faxes will be accepted at (303) 677-6443. Point of Contact Don Morgan, Contracting Specialist, Phone (303) 677-9953, Fax (303) 677-6443, Email donald.morgan@buckley.af.mil Debra L. Carroll, Contracting Officer, Phone (303) 677-6440, Fax (303) 677-6443, Email debra.carroll@buckley.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/821CONS/FA2543-04-Q-0008/listing.html)
 
Place of Performance
Address: Buckley Air Force Base Aorora CO.
Zip Code: 80011
Country: USA
 
Record
SN00540969-F 20040311/040309230808 (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.