Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
MODIFICATION

23 -- Trailer and parts

Notice Date
9/25/2006
 
Notice Type
Modification
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
Reference-Number-F3A1S66248A100
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Point of Contact
Chad Walton, Contract Specialist, Phone (609) 754-4680, Fax (609) 754-4642,
 
E-Mail Address
chad.walton@mcguire.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F3A1S66248A100 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 (05 Jul 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20060616. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: 1EA-7?x12? base trailer with 6?6? interior height and 7000lb GVW; 1EA- Hyraulic Brakes(surge); 1EA- Adjustable height pintle; 1EA Flush latch single rear door with compression bar security latch; 8EA- ?D? rings welded to main frame and tounge; 1EA- 7000lb dropleg jack; 1EA- Caster wheel for 2000lb dropleg jack; 1EA- Spare tire, wheel, and tire mount(exterior); 2EA- 30?x26? Clear slider windows with rmovable screens; 2EA- Lift up covers for windows; 1EA- Aluminum tread plate floor; 1EA- Insulate & cover ceiling; 1EA- Insulate & cover sidewalls; 4EA- 3000lb corner post jack; 36EA- horizontal ?E? track; 8EA- 5000lb recessed tiedowns; 1EA- 50 amp service panel with 25ft shoreline; 1EA- 9900 BTU wall mounted air conditioner; 1EA- 1000 Watt baseboard heater; 1EA- 10? awning to roadside; 9EA- 3EA 3' wide shelfing units(up to 5' high and 24" deep) Galvenized slotted angle, 3/4 painted plywood shelf bottoms, 3 shelfs per unit; 1EA- Exterior GFI resepticle; 6EA- Interior duplex outlets; 1EA- Wall switch; 6EA- Cove mounted florescent fixtures; 1EA- double folding bunk(2 single bunks); 1EA- Air conditioner cover/hood; 1EA- painting of entire trailer dull color. Award will be made based on best value for the Government. The acquisition is solicited as a Small Business Set-Aside. The North American Industrial Classification System Code is 423110 with a small business size standard of 100 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005),52.212-2, Evaluation ?Commercial Items and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov) and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Apr 2003) with the quote. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.211-6 Brand name or Equal(Aug 99); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Apr 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); and 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004);. The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations and 5352.201-9101 Ombudsman (Aug 2005) applies. A due date for offers will be 4:30PM, eastern standard time, 27 September 2006. Submit the following items with the quotations: 1) Pricing Schedule, 2) Estimated Delivery Date 3) Completed Representations and Certificationss as required in FAR 52.212-3. Offers may be mailed to 305th Contracting Squadron, 2402 Vandenberg Ave, McGuire AFB NJ 08641 or faxed to 609-754-4642, ATTN: SSgt Walton, or emailed to chad.walton@mcguire.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to SSgt Walton (fax and email information above). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/AMC/305CONS/Reference-Number-F3A1S66248A100/listing.html)
 
Place of Performance
Address: 2402 VANDENBERG AVE McGuire AFB, NJ
Zip Code: 08641
Country: UNITED STATES
 
Record
SN01154522-F 20060927/060925223342 (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.