Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

23 -- Mobile Tower Trailer

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-Q-0062
 
Response Due
8/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Model ATC-60 Mobile Tower Trailer with a Shelter, Quantity 1 each Specifications for the Model ATC-60 Mobile Tower Trailer are as follows: Tower Specifications. Guides on each tower section to reduce friction; Hot-Dip Galvanized Tower Sections ? Four (4) Sections; Main Winch Gear Reducer ? Direct Drive; Main Winch Electric Motor ? 1 H.P. Motor; Tilt Winch Gear Reducer ? 40 to 1; Tilt Winch Electric Motor ? ? H.P. Motor; Main Winch Lifting Cables: One (1) 5/16? Galvanized Aircraft Cables (Section B); Tower Sections Lifting Cables: Three (3) ?? Galvanized Aircraft Cables Per Sections (C and D); Tilt Winch Cable: Two (2) ?? Galvanized Aircraft Cables; Control Panel; Limit Switches for Safe Tower Operation; Power Requirement: 115 Volts ? 60 Hz (USA); Tower Minimum Operational Height: 25 Feet; Tower Height Fully Extended: 60 Feet; Total Amount of Weight at Top of Tower: 400 Pounds; Complete Setup Time to 60 Feet: 20 Minutes Trailer Specifications. Overall Trailer Length: 16 Feet; Overall Trailer and Tower Length (Transportation Mode): 23 Feet; Overall Trailer Width: 8 Feet; Overall Trailer Height: 11 ? Feet; Overall Deck Space of Equipment (Cabinet, Generator, etc.): 8 ? Feet x 6 Feet; Gross Trailer Weight: 5,050 pounds; All Steel Tube Construction; Expanded Metal Decking; Heavy Duty Steel Tower Base; Dual Axles, Suspension and Tires (7,000 pounds capacity); Electric Trailer Brakes on Each Axle; One Piece Fender Wells; Outriggers; Leveling Jacks; Spare Tire; 2 5/16? Ball Hitch (Adjustable to Variable Hitch Heights; Safety Chains; Break Away Kit; 7 Pin RV Trailer Plug; Meets all Department of Transportation Standards and Requirements. Shelter Specifications. Dimensions: 6? x 6? x 7?; I/O Ports Tube Entry (4); Ladder Trays; Wave-Guide Port; One 2-Ton AC Unit; 12 Volt Work Lights; Aluminum Tread Plate Flooring; 100 AMP Load Center with Main Breaker; Manual Transfer Switch (between auxiliary AC Power Input); Electric to Meet NEC Codes/External Conduit/Simple Grounding This Request for Quote (RFQ) H92244-05-Q-0062 is anticipated to result in a Firm Fixed Price (FFP) contract. The DPAS rating for this procurement is DO. This procurement is a Small Business Set-Aside. Delivery Date and Location: Idaho National Labs, Idaho Falls, ID. Delivery date shall be coordinated with the government point of contact at time of contract award. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 effective 8 June 2005. North American Industrial Classification Code (NAICS) 336212, size standard 500 employees. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (January 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also included is DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) which should be completed and submitted with the proposal. The following factors shall be used to evaluate offers: Technical Specifications and Price. Technical specifications weighs more heavily than price. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (July 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2005); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005). Point of contact for this procurement is Christine Anderson either by FAX (757) 492-7954 or email to canderson@mail.nswdg.navy.mil. Offers must be received by NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 3 August 2005. The Government will make an award based on best value resulting from this solicitation to the responsible, responsive offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: Deliver To: Idaho National Labs, Idaho Falls, ID, (delivery date to be coordinated with, government point of contact after, contract award)
Country: USA
 
Record
SN00846706-W 20050715/050713212821 (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.