Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

58 -- Mobile trailer/tower/generator with an operator enclosure

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-CL7-TW7100
 
Response Due
5/16/2007
 
Archive Date
5/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16 and Defense Acquisition Circular. The proposed contract is 100% set aside for small business concerns. North American Industry Classification System Code 334220 and Size Standard not to exceed 750 employees. A firm-fixed price contract is contemplated. The anticipated award date is two weeks after response/closing date. The evaluation criteria for this requirement is Lowest Price Technically Acceptable (LPTA). A technically acceptable proposal must meet all the specifications of this requirement. CLIN 0001 ?1 each integrated mobile trailer/tower/generator with an operator enclosure. The tower will be a 42 foot telescoping (crank-up is acceptable) mobile tower (tower rated a minimum of 15 sq.ft. at 80mph) with fold over kit mounted on a flat 15-16 foot trailer. Tower must retract to 18 feet vertically and fold over horizontally at approximately 7 (seven) feet for transport. Overall extended height of tower on stand and trailer is approximately 49-50 feet. The multi-terrain, drawbar, DOT compliant, trailer must be dual axel with 4 (four ) wheel electric brakes, have alumasport type wheels, a sub floor tire carrier, have all-weather wiring, and have tow compatibility with HD ? ton vehicle (F350). The trailer must be rated for and capable of supporting 5000lbs. The trailer must have an integrated weather-proof, climate controlled full enclosure measuring approximately 60? (length) x 76? (width) x 84? (height) for the operator and rack equipment. The operator enclosure must have pressure treated plywood walls and floors, 2 (two) tinted windows 30? (length) x 26? (height) one on each side of the enclosure, an e-track cargo control system, a roof vent, 12 volt dome lights with switch, 30 Amp, 120V service panel, 6 (six) 120 Volt interior duplex wall receptacles, 2 (two) interior 120 volt pull chain light fixtures, 2 (two) exterior halogen spotlights on opposite sides of the enclosure. A 5 kilowatt (kW) ?quiet-type? on-board diesel generator mounted on the trailer is required. The generator?s audible noise level must be less than 70 dBA level at 7 meters. The climate control system for the enclosure must consist of an approximate 13,500 BTU air conditioner and heater. The outside color of the enclosure must be a neutral color as in the beige family. To include the following accessories: Flat hinged parts, standard design, welded on tongue plate Stand, 22-225, for fold over kit Fold over Kit, 22-225 Screw Actuator System, 1.0? diameter for fold over kit Pre-wired Gearmotor Kit, option Electric Winch option, for motorized extension and retraction of tower, DC operation Brake system, option Coaxial Cable Stand-off arms FOB destination and delivered to 1200 North Sandhills Blvd, Aberdeen, NC 28315. Delivery is 12 weeks after receipt of order. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Sep 2006) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS ALT 1 (Nov 2006) with proposals. The provision may be obtained at http: farsite.hill.af.mil. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Feb 2007) is incorporated by reference and applies to this acquisition. The following clauses apply to this solicitation and any resultant contract, FAR 52.212-5, FAR 52.222-35, 52.222-37, FAR 52.232-33, FAR 52.222-26, DFAR 252.225-7001, DFAR 252.225-7002, and DFARS. The assigned Defense Priorities and Allocation Systems (DPAS) rating is DO-A70. One original and signed and dated offer must be received via electronic submission via e-mail to nag.contracting@kirtland.af.mil by 1:00 PM Mountain Time, 16 May 2007.
 
Place of Performance
Address: 2250 3rd street SE, Bldg 20423, Kirtland, AFB, NM
Zip Code: 87117-5609
Country: UNITED STATES
 
Record
SN01284525-W 20070503/070501220046 (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.