Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

54 -- Jobsite Office Trailers and Cargo Trailer

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W81R8T70880027
 
Response Due
6/5/2007
 
Archive Date
8/4/2007
 
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. ------ PLEASE VISIT U.S. ARMY YUMA PROVING GROUND CONTRACTING OFFICE WEBSITE AT HTTP://WWW.YUMA.ARMY.MIL/SITE_CONTRACTING_RFQS.ASP FOR AN ALTERNATE/MORE LEGIBLE FORMAT OF THIS SOLICITATION. ------ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16, Effective 22 March 2007 & Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070426. It is anticipated that payment will be made by Government Visa Credit Card. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 Employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may r egister online at https://www.bpn.gov/CCR/scripts/index.html. The award will be made to the low priced, technically acceptable offeror. Brand names listed below are for references purposes only. Offers may be for alternative brand items but must still meet the technical specifications. Minor variations in cosmetic details are acceptable. The quotation shall consist of two Contract Line Item Numbers (CLINs) as follows: CLIN 0001: Quantity: 5 ea; Description: Jobsite Office Trailer (Haulmark Model # JSO85X28WT3) 8.5 x 28, dual axle, towable, onboard 5KW generator, roof mounted air conditioner, lab bench. Specifications: Tandem 5200# Torflex w/Electric Brakes 4 ea ST225/75R15 D rated tire on 6/5.5 white spoke rim 2-5/16 Coupler Extended tongue (12 extension) .030 Smooth Aluminum Exterior 36 Side Door C/L and F/L Dbl. Heavy Duty Camlock Rear Doors 3/8 Plywood Lined Interior Walls 3/4 Plywood Floor 20 Rear Storage Partition Wall w/36 door Lauan Ceiling Pull chain light  110 volt 2 ea 30 x 14 horizontal slider window (Mill Finish) Birch Paneling (Front 8 Office) Marble vinyl floor covering 2 ea 30 x 27 horizontal slider window (Mill Finish) Air Conditioner (13,500 BTU)  Roof mount (A/C only) 110V Baseboard Heat Wall receptacle  110 volt, 15 amp Wall receptacle  110 volt, 20 amp 30 amp panel box  Conduit through floor 4 double tube fluorescent light (2 prong) w/diffuser Dust Resistant Sidewalls Breakaway Switch Sand pad Rust Inhibiting Chassis Protection Aluminum Fender Flares Heavy Duty Camlocks (All doors) Wall Receptacle 110 Volt 15 Amp Quad 1-Piece Aluminum Roof Shipping to Yuma CLIN 0002: Quantity:1 ea; Description: Jobsite Cargo Trailer (Haulmark Kodiak Model #KD7X14WT2) 7 x 14, dual axle, towable, insulated ceiling and walls, 1 side door, external spare tire mount, 2 roof mounted air conditioners, vinyl flooring. Specifications: Tandem 3500# Torflex w/Electric Brakes ST205/75R 15 C Rated Tire on 5/4.5 white spoke rim Chrome center caps 2  5/16 Coupler w/Zinc plated tongue Jack .030 Smooth Aluminum Exterior Dbl Heavy Duty Camlock Rear Doors 3/8 Plywood Lined Interior Walls 3/8 Plywood Floor Sand Pad Breakaway Switch Frame Crossmembers 24 On Center Rust Inhabiting Chassis Protection Aluminum Fenders .080 Top Wrap Cargo Light  on Rear header 1-Piece Aluminum Roof 50 amp panel box w/50 amp motor base Frame & wire for A/C (12/2 Romex)  Includes extra roof bows 2 ea Air Conditioner (13,500 BTU)  Roof mount (A/C only) Ceiling Liner  Lauan Insulated Ceiling Marble vinyl floor covering Insulated sidewalls Stabilizer jack  12 in Fold-down Cargo Package Additional ceiling height (6) Stoneguard 32 Side Door Dome Lights (2 ea) Wall switch  12 volt 14 x 14 non-powered roof vent Chro me Front Corners Flush Lock ST205/75D 15 C rated tire on 5/4.5 white spoke rim Spare Tire Mount  Exterior (includes vinyl tire cover) 14 x 14 non-powered roof vent Shipping to Yuma Delivery, Acceptance, and FOB point is the U.S. Army Yuma Proving Ground, Yuma, AZ, 85365. Delivery will be required within 60 days after receipt of order. Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. Offers shall be clearly marked with RFQ #W81R8T-7088-0027 and emailed to Laura St.John at laura.stjohn@yuma.army.mil no later than 05 June 2007, 11:00 a.m. Mountain Standard Time (MST). Alternatively, offers may be faxed to (928) 328-6849. If you fax your offer, please be sure to notify Ms. St.John prior to the closing date and time to verify that all pages have been received. All offers will be acknowledged when they are received. Any technical questions concerning this requirement must be e-mailed to laura.stjohn@yuma.army.mil no later than 25 May 2007, 1 1:00 a.m. MST. Technical questions will be answered in the form of an amendment to the solicitation. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below, or reject the terms and conditions of this solicitation, may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006), and FAR provision 52.212-3 Offeror Representations and Certifications Co mmercial Item (Nov 2006) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced provision, copy and paste it to a Word Document and comple te. If you are unable to access the Air Force website, you may request the clauses and provisions be e-mailed to you by sending your request to laura.stjohn@yuma.army.mil. If you are registered in the Online Representations and Certifications Applicatio n (ORCA) website at https://orca.bpn.gov/ and have the information posted, you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), FAR 52.247-34 FOB Destination (Nov 1991), and FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition, specifically 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), and DFARS provision 252.232-7003 Electronic Submission Payment Requests (Mar 2007). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Laura St.John at laura.stjohn@yuma.army. mil for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01300457-W 20070524/070522221349 (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.