Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
MODIFICATION

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

Notice Date
5/14/2007
 
Notice Type
Modification
 
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
22204-4502
 
Solicitation Number
Reference-Number-CL7-TW7100
 
Response Due
5/23/2007
 
Point of Contact
David Baum, Contract Specialist , Phone 703-607-4605, Fax 703-607-4611,
 
E-Mail Address
David.Baum@disa.mil
 
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. NOTE: that the clarifications to CLIN 0001's description (AMENDMENT 3) are the specifications that will be used to determine if an offeror is technically acceptable. AMENDMENT 3: Clarifies CLIN 0001s description as follows: One each box trailer (fully enclosed) with telescoping tower and on-board generator. Individual requirements of each component are: Trailer: Aluminum construction Maximum width: 103 inches Cargo enclosure: minimum 15 feet long, maximum 16 feet long Cargo enclosure minimum interior height: 78 inches Below cargo bed spare tire carrier Dual axel Rated 5,000 pounds net capacity Four wheel electric brakes 2 5/16 inch ball hitch 7-pole, flat plug wiring connector No protective coating requirement Weatherproof and climate controlled Pressure treated plywood walls and floors Tinted window on each lateral side, each approx 30 inches long and 26 inches high Roof vent Interior 12 volt dome lights with switch 30 ampere, 120 volt service panel 6 interior duplex wall receptacles, 3 on either lateral wall, approximately evenly spaced 2 interior light fixtures, 120 volt, with individual switches Exterior spotlights, one on either lateral surface of exterior E-track cargo control system Air conditioning and heating, approximately 13,500 BTU Outside color: neutral, as in beige family Full width ramp door in trailer rear One personnel entry door on trailer side (left or right) Four retractable outriggers capable of stabilizing trailer in 80 mph wind with telescoping tower fully extended with 15 square feet of antenna at tower top Telescoping tower: Aluminum construction Mounted on trailer tongue When fully extended vertically, top no less than 45 feet above ground level When fully extended vertically, no more than 50 feet above ground level Rated no less than 15 square feet at 80 miles per hour Must fold horizontally for travel Manual or electric articulation; if manual, must be by hand crank Coaxial cable stand-off arms No protective coating requirement Generator: Diesel Noise level not to exceed 70 dBA at 7 meters distance 5 kilowatt continuous service Overall: No part of the tower, generator or parts incident thereto may be higher than 12.5 feet above ground level when in a travel configuration (i.e., when tower is retracted and folded and operator enclosure secured for travel. Please note, that AMENDMENT 3 changed the response date to 31 May 2007. If you have already submitted a quote, you are permitted to re-submit. However, all quotes and/or re-submissions must be received no later than the response date/time specified. 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 (Nr 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, 23 May 2007. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/AQN4/Reference-Number-CL7-TW7100/listing.html)
 
Place of Performance
Address: 2250 3rd street SE, Bldg 20423 Kirtland, AFB, NM
Zip Code: 87117-5609
Country: UNITED STATES
 
Record
SN01326454-F 20070624/070623003303 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.