Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2006 FBO #1601
SOLICITATION NOTICE

23--23 -- Trailer

Notice Date
4/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, VA Special Services, Contracting Officer, 1432 Sultan Street, Suite C, Frederick, Maryland 21702-5006
 
ZIP Code
21702-5006
 
Solicitation Number
V5004-0023
 
Response Due
4/17/2006
 
Archive Date
5/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation RFQ-V5004-0023 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Leroy Dawson. The North American Industry Classification System (NAICS) number is 423110 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. The proposed contract listed here is Set-Aside 100% Small Business. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If quote is for an _equal_ product, specifications of the item must be included in quotation. Line Item 0001. 1 Each Trailer, Getaway Series III, Model GA20, Mfg: Wells Cargo; GA20 SPECIFICATIONS _ 8ft X 20ft * STANDARD FEATURES * EXTERIOR - ATP Stone Guard, ATP Fenderettes, 14" x 14" Roof Vent with stub wire for A/C Flow-Thru Sidewall Vents, Recessed Rear Ramp Door with Spring Assist & Anti-Rack Cam Bar, Prefinished Side Entry Door with Flush Lock, Dead Bolt & Screen. INTERIOR - 78" Fold-Down Sofa/Sleeper (2), Vinyl Linoleum Flooring, 1/4" Vinyl Sidewall Liner, 1/4" Vinyl Ceiling Liner, Ceiling & Sidewall Insulation, 30" x 15" Radius Tinted Slider Window with Screen, 26" x 20" Radius Tinted Egress Window, Window Shades, Swing-Down Coat Hangers (2), Mirror. KITCHEN - Removable Dinette Table, Base Cabinet with Sink & Faucet, Overhead Cabinet, Laminated Counters, Storage Cabinet, Microwave Oven (1.3 cu. ft.), 4.3 cu. ft. 3-Way Refrigerator. BATHROOM - Shower with Shower Rod, Toilet, TP Holder, 12V Dome Light with Switch, 9" x 9" Vent. PLUMBING - Gray Water Tank (27 gallon), Black Water Tank (13 gallon), Fresh Water Tank (22 gallon) Fresh Water Hose Connector, LP Hot Water Heater (6 gallon), 12V Demand Pump. UTILITIES - 30 Amp, 4 Circuit Panel with Breakers & 25_ Shoreline, GFI 120V Duplex Wall Receptacle 12V Dome Lights (4), Wall Switch, 100 Amp Hour Deep Cycle Battery, Vented Box, 6 Circuit Fuse Panel, & 30 Amp PC30 Power Source, 20 lb. LP Tanks (2) with LP Gas Hookup. SAFETY - Smoke Detector, Carbon Monoxide Detector, LP Gas Detector & Fire Extinguisher. Unit Price ______, Total Price_____. Equal items require specification sheets, manufacturer, and part numbers. Delivery date/Destination: 45 days after receipt of Order to Eielson, AFB AK 99702. Equal items require specification sheets, manufacturer, and part numbers. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be considered as the most important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 14,15,16,17,18,19, 20, 23, 24, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it_s DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Upon request, the contracting officer will make their full text available. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Leroy Dawson, no later than 4:00 P.M. eastern daylight time on 17 April 2006. Contact Leroy Dawson, Contract Specialist, via e-mail at ledoy.dawson@ft-detrick.af.mil or FAX 301-619-3613.
 
Place of Performance
Address: Eielson AFB, AK
Zip Code: 99702
Country: United States
 
Record
SN01027423-W 20060415/060413220516 (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  © 1994-2020, Loren Data Corp.