Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
MODIFICATION

61 -- HSC Trailer Upgrade

Notice Date
2/21/2007
 
Notice Type
Modification
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1Q2EM6304A100_HSC_Trailer_Upgrade
 
Response Due
2/23/2007
 
Archive Date
3/10/2007
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) for an Trailer Upgrade. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-15 and Defense Acquisition Circular 20061219. This solicitation is being issued for full and open competition. The North American Industry Classification System Code (NAICS) is 335312, size standard 1,000 employees. The contractor shall provide the following: 1(each) 12 kilowatts Diesel Generator with Electric Start, 2 (each) Roof top air condictioner non-ducted with air boxes and electric start, 1 (each) 50 amp panel box with breakers, 6 (each) circuit breakers, 1 (each) 100 foot roll 12-2 wire with ground, 1 (each) 50 foot roll 4-2 wire with ground, 1 (each) 100 foot surface mount non-conductive surface mount conduit and all associated electrical fittings, Contractor shall provide all materials, management, tools supplies, equipment and labor necessary for installation at Dover AFB or be capable of transporting the trailer at vendor?s expense if necessary for installation. Offeror must provide warranty information specific to all items. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items ; Award will be made to the offeror whose quote represents the best value to the Government. Alternative proposals are encouraged. If past performance is an evaluation factor, the offeror must provide, along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, name of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 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 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.237-1, Site Visit, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visit to be held at Bldg 639 Atlantic Street, Dover AFB Delaware on 02 February 2007 at 1:00 p.m. Eastern Standard Time. Please notify Mario Hairston by 9:00 a.m. on 30 January 2007 if attending; In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7000 Buy American Act--Balance Of Payments Program Certificate; 252.225-7002 Qualifying Country Sources As Subcontractors; . AFFARS 5352.201-9101 Ombudsman, paragraph ? fill in is Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (61 8) 256-6668, email: Michael.iackson@scott.af.mil. (End of clause)Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ F1Q2EM6304A100 and include two references for similar work. The POC for this acquisition is SSgt Mario Hairston, (302) 677-5226; Fax (302) 677-2309, mario.hairston@dover.af.mil. Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: SSgt Mario Hairston, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 23 February 2007, 2:00 PM EST. Responses to questions from site visit are listed below in question and answer format. Q: How many BTU?s and what kind of phase for the electric generator? A: 13500 BTU for the A/C Units. Single Phase for the Generator Q: Will the generator be internal or external A: External Q: Does the generator have to be diesel or will electric work? A: Generator must be diesel Q: Any known issues wth current electric power inside of trailer? A: Yes, current power supply is not enough Q: Does the trailer currently have an electric box A: Yes Q Are you looking to tie a landline into trailer, how long and what type of prongs are needed, and a transfer switch? A: Yes, trailer currently has a twist type connector. Q: Specify size of 100 ft conduit. A: Size shall be based on what will be required to complete installation Q: Should trailer have aframe to mount generator higher? A: Yes, proposal should include a frame to mount generator on trailer Q: How many hours of fuel should the generator run, and how much fuel will be needed. A: Enough fuel to run generator for 16 hours per day. Q: Is there a size specification for the generator? A: Yes, size of requested generator has increased from 6kw to 12kw. Q: Will you require a metal drip pan underneath the generator for oil drops or leaks? A: No a drip pan is not required. Q: What is the decibel rating required for the generator? A: Reading at 10ft (3m) Half Load: 68dB(A) Q: Please specify commercial names of wires requested. A: Wires shall be determined by vendor that are appropriate for installation. Q: COULD YOU TELL ME THE BRAND OF TRAILER, THE LENGTH OF TRAILER AND WHAT IS INSIDE FOR CABINETRY? A: The HSC Trailer is a 28 foot Wells Cargo. We have a large Snap On toolbox along the right wall as you are looking forward. Along the back wall there is a workbench with overhead compartments. Sitting on top of the left wheel well are two sets of clothing lockers. Also on the right wall is a large workbench with overhead compartments. Both workbenches have cabinets underneath them with slide out drawers.
 
Place of Performance
Address: Dover AFB, DE
Zip Code: 19901
Country: UNITED STATES
 
Record
SN01235899-W 20070223/070221220744 (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.