Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

23 -- Crash Recovery Scene Response Trailer with custom options

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S1AB6118B002
 
Response Due
7/7/2006
 
Archive Date
12/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW 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 is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 200509 and DFARs Change Notice (DCN) 20060321. Standard Industrial Classification (SIC) code is 3715 and the size standard is 500 employees. NAICS is 336212. This acquisition is a Small Business Set-Aside. Edwards Air Force Base, CA is seeking to purchase a Crash Recovery Trailer with custom options, Quantity, One Each, in support of the 412th MXS/MSMAPA program for crash recovery missions. The equipment needs to be equal to the specification listed to meet the form, fit, and function of mission requirement. REQUIREMENTS: Crash Recovery Scene Response Trailer, 53 foot long with two each 28 foot expandable sections, Quantity, One Each, Trailer. Custom Specifications are as follows: OPTIONS: TRAILER SHELL: (Louisville Trailers) Kentucky Double Expandable Shell, 1 Each, (with mainframe); EXPANDABLE OPTIONS: 28 foot expandable sections, 2 Each, (aluminum/steel construction, fixed floor) with Bifold floor for expandable sections, 2 Each, (upgrade); EXTERIOR /PAINT: Sand/Prep/Paint Ext. ? 48? ? 53?, 1 Each, (single stage); Sand/Prep/Paint Ext. ? End Walls, 1 Each, (single stage); Custom Exterior Graphics Budget, 1 Each, NTE $10K ? artwork will be provided during construction; Wrap-Around Skirt ? Expandable, 1 Each, (Conceals trailer?s underside); Custom Awning, 1 Each, (Race Style Awning to 50? x20?); Awning Installation, 1 Each, (KTT installation); Entry Door-Glass/Aluminum, 2 Each, (w/ closer and all hardware); Entry Door ? Freight 52?W, 1 Each, (alum.w/recessed hardware) ROAD side; Entry Door ? to 5th Wheel, 1 Each, (alum.w/recessed hardware) CURB side; Rear Freight Doors, 1 Each, (alum.w/recessed hardware); SS Rear Door Option, 1 Each, #8 Mirror Finish SS Option over Std.; Aluminum Entry Steps w/Platform, 2 Each, (polished aluminum, handrail); Aluminum Entry Ladder, 1 Each, (polished aluminum, Stores on inside of door); EXTERIOR STORAGE: Aluminum Belly boxes for 40?-53?, 1 Each, (extrusion style doors); Gas Shock Assist Upgrade, 1 Each, (add to above in lieu of ICC latches); Slide out drawers, 3 Each, Joey Bed; POWERED ACCESSORIES: Milwaukee Power Leveling Gear, 2 Each, (independent 4-post leveling gear, hydraulic operation (push button) per pair,( mounted) (requires hydraulics); Landing Gear Pad, 4 Each, (cast aluminum, added load/weight distribution when off-road: ground support); INTERIOR FINISH: Urethane Ins. ? Double Expandable, 1 Each, (48?-53?, ceiling walls, floors); Rough Plywood Walls ? Expand., 1104 Each, (rough finish ? 3/8?); ?? floor ? double expandable, 1 Each, (light plywood); Interior Finish Package, 1 Each, (ceiling, floors, walls); Drop Ceiling 2x2, 1 Each, (straight trailer); Partition Wall Framing, 1 Each, (no door, for HVAC plenum wall); Industrial shelving, 56 Each, Line expandable walls with adjustable, HD Industrial shelving; ELECTRICAL/LIGHTING: Generator, 50kw diesel, 1 Each, (Martin with Standard Housing); Set of Spare Filters, 1 Each, (Fuel, Oil and Air); Installation, 1 Each, In Trailer Nose; Auto Louvers, 1 Each, Open/close w/genset operation; Upgrade to 100 gallon fuel tank, 1 Each, (if needed); Fuel for above, 45 Each, (per gallon); Soundproofing, 1 Each, (in generator housing); 110v Shore Power, 100 amp, 1 Each, (100 Amp panel, breaker, phase meter);100 amp transfer switch, 1 Each, (needed for on board genny/shorepower); 100 Amp Shore Pwr upgrade, 35 Each, (per foot charge past 15?); GFI receptacle, 4 Each, (exterior w/weatherproof cover, 2 per side); Electrical Wiring Value Pack, 1 Each, (14 lights, 12 outlets, 2 switches and all required wiring); Halogen Scene Lights, 6 Each, 300 Watt halogen recessed lights, 3 per side, in recessed pockets at top of trailer frame, equally spaced; Rear Strobe Light Assembly, 1 Each, (per set of 4); Rear Mounted Flood Lights, 1 Each, (lights rear) (per pair); Emergency 12v Lighting, 1 Each, (2 lighted exit signs, battery backup); MECHANICAL: HVAC Unit-Wall Mount 5 ton, 2 Each, (56,500 BTU 9 kw heat); HVAC startup certification, 2 Each, (full system check/verification); Installation, 2 Each, (add to above); Electronic Thermostat, 2 Each, (full electronic control); Wire HVAC, 2 Each, (w/50? stat wire); Ductwork Installed, 1 Each, (fastened to roof bows); Grilles, 12 Each, (plastic or aluminum); Air Compressor, 1 Each, (5HP/50 gallon, mounted) 130cfm; Air Outlets for Above, 1 Each, (terminated in wall: Quick-Coupler); ACCESSORIES: Fire Extinguishers, 3 Each, Dry-Chem; Lift Gate, 1 Each, 4000 lb. Max lift, elect/hyd operation, tucks under rear of trailer for transport; TIE DOWN SYSTEMS: Aircraft Tie Down (installed), 106 Each, (2 strips, routed into floor, 24? from wall); Double Stud Rings for above, 30 Each, (VT-2000); OTHER OPTIONS: Clean, prep, detail trailer, 1 Each, (make trailer like new); Weigh trailer, 1 Each, (for records); Photo Shoot, 1 Each, (for records); Operators Manual, 1 Each, (all trailers). OTHER: Freight & Registration Fees. Delivery FOB Destination Edwards AFB CA 93524. Delivery is 150 - 180 DARO. Interested parties who believe they can meet all the requirements for the one (1) Crash Recovery Scene Trailer with custom options described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSEs BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED.USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ . The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.225-3 Buy American Act ? North American Free Trade Agreement; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; Clause 252.211-7003, Unit Identification Clause 252.225-7036, North American Free Trade Agreement Implement Act; Clause 5353.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Ombudsman Clause 5352.201-9101. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 7 Jul 06 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7819 or e-mail address: mary.uptergrove@edwards.af.mil.
 
Place of Performance
Address: Edwards AFB CA
Zip Code: 93524
Country: USA
 
Record
SN01075571-W 20060624/060622220942 (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.