Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2005 FBO #1406
MODIFICATION

23 -- Cargo Trailer

Notice Date
9/30/2005
 
Notice Type
Modification
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
FE462652500010
 
Response Due
10/12/2005
 
Archive Date
10/27/2005
 
Point of Contact
Kim Cooper, Contract Specialist, Phone 406-731-4677, Fax 406-731-4005, - Arlene Stern, Contracting Officer, Phone 406-731-4001, Fax 406-731-4005,
 
E-Mail Address
kim.cooper@malmstrom.af.mil, arlene.stern@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION CARGO TRAILER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FE462652500010 The clause at FAR 52.211-6, Brand name or equal applies to this requirement. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423830 with a small business size standard of 500 employees. (v) This combined synopsis and solicitation is for the purchase of a Interstate 102? Wide Cargo Trailer. ? BRAND NAME OR EQUAL- for the Malmstrom AFB Red Horse Squadron with the following requirements: CLIN 0001:. SOILS LAB TRAILER SPECIFICATIONS GENERAL Commercial duty enclosed ?VEE? nose trailer, 32? long (not including VEE) X 102? wide, bumper pull configuration with minimum 8? I-beam frame. Adjustable height 2-5/16? ball coupler and 7,000 lb. Drop leg jack. (2) stabilizing jacks, 5,000 lb. Removable crank down jacks, with holders 12,000 lb. GVWR, tandem axle with electric brakes on all wheels and a break away system. LED running, turn/tail and marker lights. Spare tire with in floor storage Structural aluminum frame walls with minimum .030 smooth aluminum exterior with one-piece aluminum roof. R/7 urethane foam insulation. 6? fiberglass insulation in ceiling Aluminum plank flooring, non-slip surface. (45) 5,000lb non-swivel, flush mount floor hold downs. Tie down points located strategically along undercarriage to ensure securing during air transportation. Trailer must be air transportable. 2,000 lb rated aluminum construction rear ramp door. (2) 32? X 80? RV style door w/knob and dead bolt style lockset. Heavy-duty pullout steps below personnel doors. Recessed grab handles adjacent to personnel doors. 12? X 20? Awning 1-24?X36? window located as shown in plans ELECTRICAL 12 kW Onan ?Quiet Diesel? generator, or approved equal, mounted in generator compartment with 20 gal. Frame mounted fuel tank, battery, auto transfer switch and remote start/stop switch. Locking exterior generator access door, sized to facilitate generator removal installation. Fuel gauge for generator mounted in trailer. 220V/110V, 80 amp entrance/distribution panel 30 amp shore power exterior receptacle w/25? cable WireMold 5400 Series, two-piece multi-channel nonmetallic raceway (2 compartment configuration), or approved equal. Raceway will incorporate 110V outlets, 110V wiring, telephone wiring, RG-45 network cable and LAN ports. (4) Standard 110V duplex interior power receptacles. (2) Exterior 110V GFCI protected duplex power outlets located on the curbside of trailer. (15) 110V duplex power outlets for raceway installation. (2) 220V 30amp dedicated circuit outlets (6) Communications/data jacks equally spaced throughout ?WireMold?. (4) 12V dome light w/switches located at personnel doors. (6) 48? fluorescent ceiling light, flush mount 2 bulb, 110V w/(2) wall switches located at personnel doors. (4) 48? fluorescent under cabinet light, single bulb, 110V, individually switched. Battery operated smoke alarm and Carbon Monoxide detector (2) 5lb fire extinguishers MECHANICAL Heating/Air conditioning ducted through ceiling with enough capacity to control trailer climate in temperatures ranging from 15?F to 130?F. 20-gallon frame mounted fresh water tank w/drain. 25-gallon frame mounted wastewater tank w/drain. 12V electric demand water pump w/accumulator. Tankless hot water heater. Exterior water hookup. Stainless Steel Sink and faucet installed in counter top on street side of trailer. CABINETS ? WORK SURFACES Storage cabinets and work surfaces configured per attached drawings Locking handles on all drawers and cabinets. 2 shelves per cabinet. Impact resistant edge reinforcement on all cabinets. (2) rear work surfaces to be stainless steel. Front desk area work surface to be abrasion resistant laminate. (vi) Delivery requested no later than 60 days After Date of Contract. FOB destination, Malmstrom AFB, MT 59402. (vii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (viii) Quotes will be evaluated on price, price related factors and ability to meet specifications. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (June 2004) (DEVIATION), applies to this acquisition which includes: FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000), FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), FAR 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), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), 52.222-41, Service Contract Act of 1965, as Amended (May 1989), FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631) (xii) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225- 7036 Alt. I, Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; 252.232-7003, Electronic Submission of Payment Requests. FAR 52.252-2, Clauses Incorporated by Reference (Feb. 98), FAR 52.233-3 Protest After Award (Apr 1984), FAR 52.233-4 Applicable Law For Breach of Contract Claim (Apr 1984) (xiii) The clause at DFARS 252.232-7003, Wide Area Work Flow applies to this acquisition. The clauses at FAR 52.204-7, Central Contractor Registration (Oct 2003) and DFARS 252.204-7004, Alternate A (Nov 2003) applies to this acquisition. (xiv) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xv) Quotes are required to be received no later than 12:00 PM MST, 21 September 2005 All quotes must be faxed to (406) 731-3748 to the attention of Kim Cooper. (xvi) Direct your questions, as well to Kim Cooper at (406) 731-4677 or e-mail address kim.cooper@malmstrom.af.mil.
 
Place of Performance
Address: 341st Contracting Squadron, 7015 Goddard Drive, Bldg 145, Malmstrom AFB MT
Zip Code: 59402
Country: USA
 
Record
SN00907359-W 20051002/050930211913 (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.