Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

23 -- EMERGENCY RESPONSE TRAILER

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0100
 
Response Due
4/27/2007
 
Archive Date
5/12/2007
 
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. Solicitation number N68836-07-T-0100 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-07-T-0100. The North American Industry Classification System (NAICS) Code is 336212 and the Small Business Size Standard Size is 500. Procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Emergency Response Trailer will be provided for the Fire and Emergency Services onboard Naval Air Station Corpus Christi, Texas 78419. SPECIFICIATIONS FOR EMERGENCY RESPONSE TRAILER Length: 20? - Width: 98 ? - Inside Height: 7? Air mobility for air transport via C-130 or larger aircraft w/four (4) welded heavy duty forged lashing rings welded to frame at each corner. One (1) heavy duty front corner post jacks-3000lb static load capacity, one (1) pair of heavy duty rear corner post jacks-3000lb static load capacity, three (3) piece ?A? frame, extend ?A? frame 1FT, 2 5/16? adjustable height coupler w/4? adjustments (1400lb GVWR, (2) D.O.T. compliant 5/16? safety chain w/clevis safety slip hook and latch, 6? x 2? rectangle steel tube main rails w/equal height ?C? section cross-members and outriggers, (2) 5000lb 102 ? wide 10 degree up torflex axle w/12? x 2? electric brakes E/Z lube and 6 on 5.5 hubs & drums w/weather resistant wiring package, (4) ST225/75R15 load range ?D? Radial tire mounted on a 6 bolt electro deposition coated silver spoke wheel, Chasis fully undercoated w/corrosion preventative compound. ?A? frame mounted base and generator box. 7? inside height w/78 ?? vertical posts located on 16? centers, (1) pre-framed entry door right hand hinge w/flush lock & integrated dead bolt aluminum exterior white smooth fiberglass interior door opening size 36? wide x 74? high, (1) swing down rear ramp door w/spring assist and aluminum anti-rack cam bar lock door opening size 90 ?? wide x 75? high, seamless non-skid vinyl floor covering black in color installed on rear ramp door walk surface. Flooring ?? exterior grade plywood floor exterior surface undercoated interior surface painted grey, (10) 5000lb non-swivel type rings flush mounted in floor w/steel backing plate. Interior Wall Finish ? 3/8? white kermlite covered ?? plywood contoured to roof radius includes lining end caps. Partition Walls ? (2) full width partition walls w/o doors starting 8? and 13? from rear wall front partition to stop 36? from side wall. Shelving/Cabinetry: (4) 8? long x 2? deep white laminated shelves installed in rear compartment (2 each side); (1) 4? long x 2? deep installed on back side of partition wall 48? above floor; (2) 7? long x 2? deep white laminated shelves installed in front compartment install lip on front edge of all shelves. (1) 30? high x 36? deep x 60? long base cabinet w/laminated front & top and positive latches on doors and hinged lid to enable top to hinge up to be installed in front room at front wall corner. (1) 6 draw cabinet located in center room. Electrical: (1) 5000 watt deluxe recoil & electric start generator with battery. (8/3) hrs at rated load), (1) 50 Amp manual transfer (slater #3854 plug) wired to portable generator w/matching plug, (1) 50 Amp 120/240 volt 16 circuit service panel w/50 Amp main breaker 25? shoreline and locking cable hatch. (1) Exterior 15 Amp 120 volt GFI duplex receptacle (weather proof) surface mounted on generator box (4) interior wall switch for 120 volt electric (3) 4? double fluorescent light fixtures w/diffuser cover (tubes included) (4) 500 watt recessed flood lights. Exterior Finish: Pre-finished white smooth exterior aluminum installed (upper 40%) and pre-finished victory red smooth finish exterior aluminum installed) lower 60%) bonded to vertical posts, Exterior aluminum bonded to vertical posts, aluminum tread plate stone guard w/wrapped integrated corners mounted on exterior front wall. Misc: (2) 14? x 14? screened translucent roof vents (2) LED Wrap around tail lights w/integrated side rear marker light, S.A.E. color coded 12 volt electrical systems D.O.T. required exterior lighting package, D.O.T. ?A? frame mounted 22 Amp hour UI series battery breakaway switch aluminum mounting bracket cover battery charge indicator and diode isolation battery acid included, (1) Seven way trailer end connector, (1) Exterior 6 bolt spare tire carrier/bracket mounted on front wall installed on upper right side corner, (1) spare tire & wheel ST225/75R15 load range ?D? radial tire on a 6 bolt silver spoke wheel. (10) #1650 pelican cases (1) #1490 pelican case Dry-deck flooring 4 boxes 1FT X 1FT squares ?black in color? customer will install Shop drawings for review and approval prior to beginning of construction. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.211-17 Delivery of excess Quantities (SEP 1989), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.247-34 F.O.B. Destination (Nov 1991). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (MAY 2004), 52.232-18 Availability Of Funds (APR 1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP), Freedom Of Information Act (FOIA). 52.204-9 ? Personal Identity Verification of Contractor Personnel (Jan 2006) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 11:00 A.M., 27 Apr 07 CST. Quotations must be in writing and may be faxed or mailed to the following. Include any drawings or photos. Attn: Maria H. Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2669, EMAIL: maria.gauntt@navy.mil
 
Place of Performance
Address: 9035 OCEAN DRIVE, CORPUS CHRISTI, TX
Zip Code: 78362
Country: UNITED STATES
 
Record
SN01275232-W 20070419/070417221712 (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.