Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
MODIFICATION

23 -- MOBILE LAB TRAILER

Notice Date
2/13/2007
 
Notice Type
Modification
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-85861
 
Response Due
2/21/2007
 
Archive Date
3/2/2007
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CLARIFY THE SPECIFICATIONS. ANSWER QUESTIONS AND EXTEND THE RESPONSE DATE TO FEBRUARY 21, 2007. ADDITIONAL QUESTIONS WILL NOT BE ADDRESSED. * * ** * TRAILER WIDTH MAY BE INCREASED TO 8.5 FEET AND STILL BE ACCEPTABLE; ****SIDE DOOR MEASUREMENTS; 72 INCHES BY 36 INCHES WITH 24 INCH BY 14 INCH SLIDE WINDOW, SCREEN AND EQUIPPED WITH A DEADBOLT ****TANDEM AXLE AND BALL HITCH TO ACCOMMODATE THE SIZE AND WEIGHT OF THE TRAILER, TWO AND FIVE SIXTEENTH INCHES. ****ALUMINUM SEAMLESS FLOOR ONLY, RUBBER IS NOT ALLOWED AND NO SECTIONS DUE TO CRACKS AND CREVICES; ******FOUR CABINETS: 18 INCHES BY 11 INCHES BY 32 INCHES, MOUNTED ABOVE THE FOLD-UP WORK BENCHES AND SIDE WINDOWS; TWO CABINETS ARE WALL MOUNTED ACROSS FROM THE CUR SIDE DOOR, ONE CABINET 18 INCHES BY 15 INCHES BY 36 INCHES AND ONE CABINET 18 INCHES BY 15 INCHES BY 32 INCHES ARE BOTH ABOVE THE SINK; ONE BASE CABIENT 36 INCHES BY 24 INCHES BY 36 INCHES, BELOW THE SINK TO SUPPORT THE SINK AND ADDITIONAL WORKSPACE; ALL COUNTERTOPS ARE STAINLESS STEEL. THE REAR CABINETS SHOULD BE WALL MOUNTED ABOVE THE WINDOWS AND ALLOW FOR FOLDING STORAGE OF COUNTERTOPS THEREBY AVOIDING A WHEEL WELL PROBLEM.***THE FRONT COUNTERTOP WILL BE A WORKSPACE TO ACCOMMODATE SEATED EMPLOYEES, THEREFORE NO CABINETS SHALL BE PLACED THERE. ****REFRIGERATOR: 1.7 CU, UNDER COUNTER, AC ONLY; *** WATER SYSTEM: 12V PACKAGE SHOUD INCLUDE DEEP CYCLE BATTERY, BOX, CONVERTER CHARGER, CABLES ENDS, 110 V OUTLET BOX COVER; ALL TO OPERATE FURNACE FAN, WATER PUMP AND INTERIOR LIGHTS WHEN NOT HOOKED TO VEHICLE. ***SINGLE BOWL STAINLESS STEEL SINK **** 19000 BTU LP FURNACE* * * 5000W PORTABLE GAS GENERATOR, ELECTRIC START; 5500W IS ACCEPTABLE***INTERIOR LIGHTS: 12V NOT REQUIRED * * FLOOR TIE DOWNS NOT REQUIRED * * * EXTERIOR: WHITE * * **DOUBLE REAR DOORS WITH A PULLOUT RAMP EITHER MOUNTED BELOW THE TRAILER OR ONE THAT FOLDS AND LOCKS UP ONCE THE DOORS ARE CLOSED. ****UNDER FLOOR COMPARTMENT FOR RETRACTABLE RAMP TO SLIDE INTO, LENGTH AND WIDTH DETERMINED BY THE TRAILER FRAME ***SLIDING WINDOWS, ON EACH SIDE OF THE TRAILER, SHALL BE CENTERED OVER THE FOLDDOWN COUNTERS, 51 INCHES BY 20 INCHES. ***STAINLESS STEEL FOLD UP TABLE: 8 FEET BY 19 INCHES; STATIONARY ACROSS THE FRONT OF THE TRAILER. ****THE WORK BENCHES FOLD UP AND RUN ALONG EACH SIDE OF INTERIOR OF THE TRAILER FROM THE BACK TO SLIGHTLY IN FRONT OF THE TIRES. ****THE DOOR IS LOCATED CURB SIDE IN FRONT OF AXLE ****LOCATIONS OF EQUIPMENT CAN VARY ****ALUMINUM SIDEWALL LINER ****INTERIOR HEIGHT: 82 INCHES CENTER HEAD CLEARANCE, 74 INCHES REAR DOOR CLEARANCE. ****************The USDA, Animal Plant Inspection Service (APHIS), Wildlife Services (WS), Lincoln, NE, has a requirement for three 8 foot X 6 foot mobile lab testing trailers. Submit faxed quotations to Purchasing Section, at (612) 370 2136, Attention Joanne Mann. QUOTATIONS ARE DUE FEBRUARY 15, 2007 BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. A firm fixed price purchase order will be awarded. Small Business Set aside under NAICS Code 336999; Small Business is defined as 500 employees or less. 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. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors Commercial Items 52.212 1; Evaluation Commercial items 52.212 2; Offeror Representations and Certifications 52.212 3; Contract Terms and Conditions Commercial Items 52.212 4; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items 52.212 5; The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror MUST be registered in the CCR. The above clauses may be viewed on the website: www.arnet.gov/far. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. ******SPECIAL NOTE: Offers shall include 52.212-3 Representations and Certifications, which may be submitted from the website: http://orca.bpn.gov ******* All offers must be signed. Offers may be submitted by email to Joanne.Mann@aphis.usda.gov , fax 612 370 2136, or mail. The Government will award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and delivery time when combined are significantly more important than cost or price. ALL OFFERS SHALL INCLUDE: Company Name, Company Address, Company Contact Name and Telephone number, Tax Payer Identification Number, DUNS number and business size. SPECIFICATIONS Quantity of three 8 foot X 16 foot mobile lab testing trailers: Tandem axel enclosed cargo trailer 9,900 GVWR with double doors on back and one side door; walk on roof with ladder entry from front of trailer; insulated walls, floor and ceiling covered with aluminum, aluminum tread plate floor with retractable rear ramp entry; 6 wall cabinets, three per side in back and 2 base cabinets toward front; two 8 foot stainless steel fold up work benches and one permanent countertop across the front of trailer; two sliding windows on each side of trailer with additional window in side door; heating, air conditioning, refrigerator, sink, hot water heater, fresh water and gray water storage; mounted and operational gas generator; INTERNAL ? six 4 foot fluorescent lights and 6 double 110v outlets, and one phone jack; 2 external rear loading lights; safety equipment, such as emergency eye wash, fire extinguishers and smoke LP and co detectors. The USDA will pick up the mobile lab testing trailers from contractor. Price shall be quoted as each: $ _____________ each x 3 = Subtotal $ ______________ And TOTAL COST $ _____________
 
Place of Performance
Address: 5940 SOUTH 58TH STREET, LINDOLN NE
Zip Code: 68516
Country: UNITED STATES
 
Record
SN01231019-W 20070215/070213220134 (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.