Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2004 FBO #1000
MODIFICATION

23 -- Decontamination Trailer

Notice Date
8/20/2004
 
Notice Type
Modification
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-04-Q-0380
 
Response Due
8/27/2004
 
Archive Date
9/11/2004
 
Point of Contact
Daniel Finkenstadt, Contract Specialist, Phone 919-722-5607, Fax 919-722-5424, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
 
E-Mail Address
daniel.finkenstadt@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.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 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested, and a written solicitation document will not be issued. This solicitation, FA4809-04-Q-0380, is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The associated North American Industry Classification System (NAICS) is 336212 and the small business size is 500 employees. The government intends to make this award set-aside 100% for small business concerns. This purchase is for the acquisition of the following items: Line Item 1: 1 EA: NOR E MEDecon Model SCT-24 OR EQUAL with 24 ft. decontamination trailer with snap-lock aluminum sidewall panels, 12 in. on center studs. To include the following standard items: 3 Stall ambulatory decontamination low angle side entry & exit ramp lanes. (Each stall with Gross Decon, Shower/Rinse, Dry/Redress) with on demand soap-inducted shower nozzles and rinse nozzles. 18' non-ambulatory decontamination side entry lane with 1 hand held soap injection shower wand, 1 rinse wand and 320 degree rinse wand. Parent/child or responder decontamination chamber with 2 handheld soap injector shower wands. 400,000 BTU/hr diesel heating/temperature/scald control hot water heater. 117,000 BTU/hr diesel forced air heater - thermostat controlled. 1,400 US gallon waste water bladder. 10' x 10' shelters for non-ambulatory decontamination. (1-entry, 1-exit). Recessed 500W scene lights. 10 lbs. fire extinguisher. Operations Manual. 4' storage area with shelving. 150 US gallons fresh water storage tank. 50 US gallons diesel fuel storage tank. 5.5 KW built in diesel generator. Decal package on both sides of trailer with: "Seymour Johnson AFB Fire & Emergency Services", "Mobile Decon Unit". Please contact SrA Daniel Finkenstadt through the provided means to retreive further trailer specifications of this model. Shipment will be made F.O.B. Destination. This will be a firm-fixed price contract. Quotes shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding, ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offerer taking exception to it. Please include any available prompt payment discounts in your quotes. The Government anticipates awarding one order resulting from this combined synopsis/solicitation. Award will be made to the responsible quote whose offer, conforming to this combined synopsis/solicitation, shall be advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2 Evaluation of Quotations. All vendors are to include with their quotes, a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; the clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct. 2003); the Addendum to clause 52.212-4, Contract Terms and Conditions (Feb 2002); the clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct. 2003), including subparagraphs (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan. 1999); (14) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Sep. 2002); (15) 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); (16) 52.222-26, Equal Opportunity (Apr. 2002)(E.O. 11246); (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998); (18) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec. 2001)(38 U.S.C. 4212); (24) 52.225-13, Restrictions on Certain Foreign Purchases (Oct. 2003); (29) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332); FAR 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Apr 2004) (DEVIATION); 52.219-6 -- Notice of Total Small Business Set-Aside (June 2003); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998);; 52.252-6 -- Authorized Deviations in Clauses (Apr. 1984); 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 2003), including subparagraphs 252.225-7001 Buy American Act and Balance of Payment Program (Apr. 2003)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.204-7004 Required Central Contractor Registration Alternate A (Nov. 2003) 252.232-7003 Electronic Submission of Payment Requests (Mar. 2003)(10 U.S.C. 2227); m252.246-7000, Material Inspection and Receiving Report; 252.225-7002 Qualifying Country Sources as Subcontractors (Apr. 2003); all of which can be downloaded at http://farsite.hill.af.mil. Information concerning the Central Contractor Registration (CCR) requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All interested, responsible, business firms shall submit written quotation no later than Thursday, August 26, 2004 at 4:00 P.M. EST, to the 4th CONS/LGCB 1695 Wright Brothers Ave. Seymour Johnson AFB, N.C. 27531-2459, ATTN: SrA Daniel Finkenstadt, Contract Specialist. Calls should be made to (919) 722-5607. Facsimile quotes will also be accepted at (919) 722-5424. All emails should be sent to daniel.finkenstadt@seymourjohnson.af.mil.
 
Place of Performance
Address: 2010 JABARA AVE. GOLDSBORO, NC
Zip Code: 27531-2522
Country: USA
 
Record
SN00648312-W 20040822/040820212033 (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.