Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
MODIFICATION

23 -- Single-Axle Trailers

Notice Date
7/15/2004
 
Notice Type
Modification
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
FQ441741610200
 
Response Due
7/22/2004
 
Point of Contact
Marvin Butler, Contracting Specialist, Phone (850) 884-1268, Fax (850) 884-2041, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-3273, Fax (850) 884-2041,
 
E-Mail Address
marvin.butler@hurlburt.af.mil, benjamin.stoeser@hurlburt.af.mil
 
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. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is FQ441741610200 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is UNRESTRICTED. The associated NAICS code is 423830 with a maximum of 100 employees. The contractor shall provide all labor, equipment, materials, tools, parts and shipping costs necessary for delivery. The work to be performed includes, but not necessarily limited to the following features: manufacture and delivery of twenty (20) single axle trailers. Each trailer must be suited to transport a single generator up to eight hundred (800) pounds. Here are some minimum specifications of each trailer. CONSTRUCTION: two-inch by four-inch (2”x 4”) steel tube frame and bumper with two-inch by two-inch (2” x 2”) steel tube cross members on approximately eighteen-inch (18”) centers located for mounting engine generator. The deck is ten (10) gauge steel with ten (10) gauge steel fenders. BED SIZE: forty-eight inch (48”) wide and seventy-two inch (72”) long. AXLE: (1) 3500# rated with sliders for future weight distribution adjustments. BRAKES: twelve (12) volt electric. TIRES: two (2) LT235/85R16, load range D. HITCH: two-inch (2”) ball coupler. LIGHTS: Per ICC, includes Peterson #438 license plate light and bracket. FUEL TANK: Bed mounted, removable, twenty-five (25) gallon capacity with fill, supply, & return ports, plus mechanical gauge. MISC: Front jack stand with sandshoe, rear stabilizer stands, six (6) pole plug, and safety chains are standard. PAINT: Metal prep, prime two (2) coats and finish two (2) coats with acrylic enamel paint, Onan green. OPTIONS: Openings in the trailer bed for cooling, intake air, & exhaust. Others will perform installation. Each quote must include a picture and technical information of the trailer. The single axle trailers shall be delivered to Hurlburt Field; a US Air Force Base in Fort Walton Beach, FL. Shipping costs shall be included in pricing. The contractor shall coordinate delivery with the point of contact that will be designated at a later time. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government shall make the award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical capability and price are of equal importance. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with the quotation. FAR 52.212-4 Contract Terms and Condition--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr.gov or call 1-888-227-2423. The following applies to this solicitation: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program. Response to this combined synopsis/solicitation must be received by mail, facsimile, or hand delivered by 22 July 2004, no later than 2:00 PM Central Standard Time. The mailing address is: 16 Contracting Squadron/LGCB; P.O. Box 9190; Hurlburt Field, FL 32544. The physical address is 350 Tully Street Hurlburt Field, FL. Requests should be marked with solicitation number FQ441741610200 and addressed to Marvin B. Butler. Primary contact information is as follows: business phone number 850-884-1268, fax 850-884-2041, email address marvin.butler@hurlburt.af.mil. A secondary point of contact is Benjamin Stoeser, Contracting Officer, phone 850-884-3273, email address benjamin.stoeser@hurlburt.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http:/16CONS.hurlburt.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov. This solicitation is amended to change the response date and add descriptive information for single axle trailers. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/16CS/FQ441741610200/listing.html)
 
Place of Performance
Address: 16 Civil Engineering Squadron Hurlburt Field, Florida
Zip Code: 32544
Country: United States
 
Record
SN00642076-F 20040813/040811214440 (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.