Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

25 -- 8 Foot Custom Slide-In Camper

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
441210 — Recreational Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Combat Command, 5 CONS, 211 Missile Ave, Minot AFB, ND, 58705-5027, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3CTSG7252A002
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description: (i) 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. (ii) The solicitation number F3CCTSG7219A001 is being issued as a request for quotation. (iii) Quotation shall be valid until 1 Oct. 2007. (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. (v) Notice: This solicitation is 100% Small Business Set-Aside. The associated NAICS code is 441210 with a small business size standard not to exceed $6.5 Million. (vi) Contract line items: Item 0001 ? Custom 8? slide in Camper with below specifications 1 Ea with the option of 2 more separate campers (no Installation) (vii) Item Description is as follows: Eight Foot Custom Slide-In Camper for installation in 1 ton Dually Crew Cab (4 full size doors). a. Electrical System: i. 110 volt load center with 30 amp main breaker. 3-15 amp breakers and 1-20 amp breakers ii. 45 amp 110 to 12 volt convert battery charger iii. 2.5 KVD 2500 watt converter. Operated with automatic transfer switch, with remote switch starter. Must run Air Conditioner iv. Double Battery Compartment with 2-RV Batteries v. 12 volt interior lighting- Bathroom, 2 in sleeping area, 2 on ceiling 2 reading lights at dinette, 1 over counter and 2 closet lights. vi. 12 volt exterior 6 tractor spot lights. 2 on the back, 2 on the left side and 2 on the right side on three switches vii. 8 LED Clearance lights. b. Appliances: i. 3 Cubic Foot Refrigerator ii. Air Conditioner with heat strip iii. RV Type Microwave iv. Am/Fm Radio v. 12 Volt TV/DVD vi. Ducted 20,000 BTU Propane Furnace c. Water System: i. 33 Gal. Fresh Water ii. 35 Gal. Grey Water iii. 35 Gal. Black Water iv. 6 Gal. Propane Water Heater, with winterizing bi-pass v. Fresh, Grey and Black tanks to be in heated Basement. d. Exterior: i. Hard Wall fiberglass siding ii. Walk on roof iii. Sliding widows with storm windows in Kitchen and Dining area iv. Screen door, with tow window and Dead Bolt Lock (Dead Bolt to be of house style with fixed interior release. i.e. knob) v. Locking outer access to closet in bathroom, no interior access this closet. vi. Manual Jacks on all 4 corners vii. Heavy duty roof rack and Roof access ladder. (Able to hold 300 LBS min.) viii. Two Escape Windows. One each in sleeping area. e. Interior: i. No Kitchen Sink, Cook top or oven ii. Toilet, Bathroom sink, and Mirror. NO SHOWER iii. Microwave on Counter Top iv. 2 30 Pound Propane Tanks v. 3 fixed steps into sleeping area vi. 2 twin sized sleeping areas with 2 Heavy Duty Privacy Curtains for each area. Separating each sleeping area from both the other sleeping area and living area, no valances. vii. All Upholstery to be Vinyl viii. Rubberized heavy duty flooring ix. Power Fan in Bathroom x. Vent over Dinette xi. Storage Cabinet 24in deep by 24in wide by 48in high with one shelf dividing it in half to be installed in Kitchen area. Cabinet will have a matching counter top to kitchen counter. Cabinet will have 2 Nets (one for top shelf one for bottom shelf) in place of cabinet doors. Nets will be between 1/2 and 1/3 the height of opening. Bottom of net will be fixed and non-elastic and top will be both removable and elastic (SUV Type Cargo Net) Able secure 40 LBS of Gear in the Cabinet while traveling. xii. Weapons Locker with Doors, able to hold 4 weapons in any configuration of M-4 and M-16A2. (i.e. 2 M4s and 2 M16A2s). f. Mounting Tie Downs: i. Frame Mount Torque-Lift Tie downs ii. 7-way plug iii. 4 rear steps (Folding/removable) (viii) Place of delivery is 91 SSPTS, Attn: Art Nyberg, 334 Tanker Trail, Minot AFB, ND 58705. (ix) Delivery and acceptance is FOB Destination. (x) The provision of 52.212-1, Instruction to Offers-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. (xi) The provision 52.212-2, Evaluation ?Commercial Items, applies to this procurement. The evaluation procedure to be used for this procurement is price and price related factors. (xii) Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. Contractors must be CCR registered prior to award, and must be registered in ORCA. To register, go to www.bpn.gov. (xiii) Clause 52.212-4, Contract Terms and Conditions ? Commercial, applies to this acquisition. (xiv) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, applies to this acquisition. (xv) Clause 52.247-34, F.O.B. Destination. (xvi) Clause 52.219-6, Notice to Small Business Set-Aside. (xvii) Clause 252.225-7001, Buy American Act and Balance of Payments program. (xviii) Clause 252.225-7000, Buy American Act, Balance of payment program certificate. (xix) Clause 52.204-7, Central Contractor Registration. (xx) Clause 252.204-7004, Alternate A. CENTRAL CONTRACTOR REGISTRATION (xxi) Clause 252.212-7001, Contract terms and conditions required to implement statues or executive orders applicable to defense acquisitions of commercial items. (xxii) Clause 52.222-3, Convict Labor. (xxiii) Clause 52.222-19, Child Labor?Cooperation With Authorities and Remedies. (xxiv) Clause 52.222-21, Prohibition of Segregated Facilities. (xxv) Clause 52.22-26, Equal Opportunity. (xxvi) Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (xxvii) Clause 52.222-36, Affirmative Action for Workers With Disabilities. (xxviii) Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (xxix) Clause 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. (xxx) Clause 52.225-1, Buy American Act ? Supplies. (xxxi) Clause 52.211-6, Brand Name or Equal. (xxxii) Any additional contract requirement(s) or determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included herein. (xvi) All interested sources must submit a proposal by 4:00 PM Central Standard Time 19Sep. 2007. Quotes received after that time may not be considered. (xvii) The above provisions and clauses can be found at http://farsite.hill.af.mil. (xvii) Contact SSgt. Carlton Darrow for information regarding the solicitation at 701-723-4674 or e-mail carlton.darrow@minot.af.mil. Alternate contact is MSgt. Jean Hinton at 701-723-2262 or e-mail jean.hinton@minot.af.mil. The response to this solicitation may be accomplished electronically or by facsimile. The fax number is 701-723-4172.
 
Place of Performance
Address: 91 SSPTS, Attn: Art Nyberg, 334 Tanker Trail, Minot AFB, ND 58705
Zip Code: 58704
Country: UNITED STATES
 
Record
SN01402289-W 20070913/070911220830 (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.