Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
MODIFICATION

23 -- Cargo Trailers

Notice Date
9/13/2006
 
Notice Type
Modification
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-06-R-0013
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Point of Contact
Mark Chranowski, Contract Specialist, Phone 605-385-1733, Fax 605-385-1741,
 
E-Mail Address
mark.chranowski@ellsworth.af.mil
 
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; proposals are being requested and a written solicitation will not be issued, paper copies of this solicitation will not be available. This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, solicitation no. FA4690-06-R-0013 and is issued as a request for quotes (RFQ) on 8 September 2006. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-24. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil/. The set-aside for this solicitation is 100% Small Business. NAICS code: 423830. Size Standard: 100 Employees. This solicitation is for the following: 6 each; Cargo trailers Trailer Specifications: Wells Cargo Work Wagon Model WW1611 Color: White Body length 16ft Overall Length 19ft 6in Width 93 ?in Height 9ft 6ib Interior: Length 15ft 9in Width 7ft 6in Height 6ft 6in Platform Height: 30in Number of Axles 1 Axle Type Straight Suspension Spring Electric Brakes Yes Tire Size 14 ?in Load Range D Wheel bolt patter 5 Hitch Ball Size 2in Hitch to top of ball 19in Hitch weight (LB): 10-15% Curb weight (LB): 2320 Curbside Door: Type: Single Width: 36in Height: 69in Rear Doors: Type Double Width: 82in Hieght 69in Under floor storage length: 15ft 10in Further Specs: Positive Lock Ball Coupler Jack Ram Hoist with Sand Pad Safety Chains to D.O.T. Regulations Breakaway Switch with Wet Cell Battery Fiberglass End Caps Corrosion Preventative Compound (CPC) undercoating on chassis .030 Exterior Aluminum (11 colors) Non-corrosive Screw Fasteners 20" Fold-Up Step* Underfloor Storage Compartment 3/4" Exterior Grade Plywood Floors 1/4" Plywood Interior Sidewall 1/4" Pegboard Tool Panel Slider Windows with Screens Drawing Board/Blueprint Table 30 AMP, 120-Volt Service Panel 120-Volt Pull Chain Light Fixture 120-Volt Interior Duplex Wall Receptacles Qoutes on all equal items to the requirement will be acceptable. The industry standard warranty workmanship of (1) year should be included in qoute. Contract shall provide all material, labor, and transportation of requirement to Ellsworth AFB, SD 57706. This will not actively be used for transportation of equipment but for contingency work space. The starting date of the contract will be determined upon award with FOB: Destination for delivery to 28 AMX, Ellsworth AFB, SD 57706. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: price. The following clauses and provisions apply to this solicitation; FAR 52.212-1 ?Instruction to Offerors - Commercial Items?, Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer, or go online and activate their online reps and certifications application @ http://www.bpn.gov/orca/. The before mentioned provision is included in Attachment I., FAR 52.212-4 ?Contract Terms and Conditions?, is hereby incorporated by reference, FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items?, FAR 52.213-3 ?Notice to Suppliers?, FAR 52.219-6 ?Notice of Total Small Business Set Aside?, 52.219-3 ?Convict Labor?, FAR 52.222-19 ?Child Labor ? Cooperation with Authorities and Remedies?, FAR 52.222-21 ?Prohibition of Segregated Facilities?, FAR 52.222-26 ?Equal Opportunity?, FAR 52.225-1 ?Buy American Act ? Supplies?, FAR 52.225-13 ?Restriction on Certain Foreign Purchases?, FAR 52.225-16 ?sanctioned European Union Country Services?, FAR 52.232-18 ?Availability of Funds?; FAR 52.232-33 ?Payment by EFT ? CCR?, and FAR 52-247-34 ?F.o.b. Destination?. FAR 52.212-3 must be completed and returned with offers, offers may be faxed to 28 CONS/LGCA at (605) 385-1741, or mailed to 28 CONS/LGCA, 1000 Ellsworth St, Ellsworth AFB, SD 57706. The offers are due by 12:00 P.M. MST on 20 September 2006 attention to A1C Mark Chranowski. If additional information regarding this solicitation is needed please contact A1C Mark Chranowski at (605) 385-1733. Collect calls will not be accepted, e-mail: mark.chranowski@ellsworth.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/28CONS/FA4690-06-R-0013/listing.html)
 
Place of Performance
Address: Ellsworth AFB, SD
Zip Code: 57706
Country: UNITED STATES
 
Record
SN01143185-F 20060915/060913225559 (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.