Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

23 -- F3M3AP5297A1A

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
F3M3AP5297A1A
 
Response Due
2/15/2006
 
Archive Date
3/2/2006
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3AP5297A1 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-08. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 441229, and the small business size standard is 500 employees. (v) This requirement consists of one line item: Line item (0001) Enclosed Utility Trailer ? Kodiak Model KD7X12WT2 or ?equal.? (vi) Description: Color: Dark blue, modified to include: 1) tandem 5200 lb capacity axle with electric brakes, 2) ST225/75R 15 D rated tires on 6/5.5 white spoke rims, chrome center caps, 3) 2 ? 5/16? coupler with zinc plated tongue jack, height adjustable Bulldog 3? Dia. Lunnette coupler, 4) Frame mounted Tie down Rings for Air Transport, ? Dia. Steel loop rings welded to frame, configured to ML-HDBK-1791, (4) Tiedowns per ML-STD-209, including air transport data plate with C.G. Loction 5) .030 smooth aluminum exterior, 6) double heavy duty camlock rear doors, 7) 3/8? plywood lined interior walls, 8) ?? plywood floor, 9) sand pad, 10) breakaway switch, 11) frame cross-members @ 24? on center, 12) rust inhibiting chassis protection, 13) aluminum fenders, 14) .080 top wrap, 15) .30 red cargo light on rear header, cargo light is a standard cargo light used for unloading the trailer at night. There are to be 3 lights inside the trailer, as well as clearance lights on the left and right rear, top part, and top aft. Clearance lights are also on step side and top of tire covers. 16) additional ceiling height (6?) trailer and doors. 17) extended tongue (18? extension), 18) spare tire mount (exterior to include tire and vinyl tire cover), 19) cargo package, 20) stoneguard, 32? side door (driver?s side). 21) dome light, wall switch ? 12 volt (at rear door), 22) 14? X 14? non-powered roof vent, 23) chrome front corners, 24) linex floor or equivalent, 25) heavy duty aluminum diamond plate wall to wall from top to bottom, steel is not acceptable. Also to be installed full height over the 3/8" plywood. 26) 2 Storage closets are to be built into each side of the trailer. They should be made out of aluminum. Outside dimensions: 63 ?? tall 26? long, and 11 ? ? deep. Each individual box is 5? wide by 6 ? ? tall. There should be 5 boxes across and 10 down. They are located on both sides of the doors. 27) 5 chain racks are to be built into the trailer. The outside box should be made out of aluminum. The bar should be made of smooth steel. Rebar steel is not acceptable. There are 5 chain rack units in the trailer. 2 racks in the front and 3 on the right side. They are to be painted blue. The dimensions for the chain racks are as follows: Outside dimensions: 60? tall by 31? long and 11 ?? deep. The hanging bars are offset by five inches. The tallest one in front is at 60? and the lower one in the back is at 55?. The lip on the front of the bin is 10? tall. 28) There are to be 2 device racks built into the trailer. They should be made out of aluminum. The bar to hold the devices should be made of smooth steel. Rebar steel is unacceptable. There are four racks down and 2 across. The dimensions of the device racks are as follows: Outside dimensions 72? by 32? and 11 ?? deep. The bars are spaced 18? apart in the front and 16? for the back bar. The device rack is located in the middle over the axels. They are to be painted blue. 29) Aluminum treadplate on walls behind the different compartments is required to protect the trailer. 30) The trailer needs to be able to hold 150 MB 1 chains ?7lbs each, 70 MB 1 devices - 3.5 lbs each, 50 MB 2 chains ?20lbs each, 75 MB 2 devices ? 6 lbs each. Provision of chains and devices is not part of the requirement. The weights are given to allow you to choose how strong a rack to install. 31) The trailer is to have a 3 year warranty to cover the trailer itself and the custom work inside the trailer. Contractor must be able to respond to the problem by telephone within 48 hrs. (vii) Delivery is requested no later than 60 days from date of contract award. FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation ? Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application ? ORCA ? at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (5), (14), (15), (18-20), (24) and (31). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at DFARS 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests and DFARS 252.246-7000, Materials Inspection and Receiving Report, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 15 Feb 2006, 4:30 PM EST. (xvii) The assigned contract specialist is 2 Lt Paige H. Young and can be reached at 910-394-6254 or email paige.young@pope.af.mil for photo examples. Please provide complete specifications, detailed descriptions (item by item breakdown), drawings and warranty with quote. You may fax your quotes to 910-394-5687. Direct any questions to 2 Lt Paige H. Young at the number above or contact Mrs. Gail C. Williams at 910-394-6512.
 
Place of Performance
Address: 1443 Reilly Rd Suite C, Pope AFB
Zip Code: 28303
Country: USA
 
Record
SN00979014-W 20060204/060202212324 (fbodaily.com)
 
Source
FedBizOpps 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.