Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

23 -- Five mobile tower trailers

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGMTT
 
Response Due
8/7/2008
 
Archive Date
10/6/2008
 
Point of Contact
charlene.neal, 520-538-2399
 
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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: Five mobile trailer towers. The trailer tower must be designed to be completely mobile and towed by standard 1-ton truck. The mobile tower must be self supporting (no guys) up 100, to include a power system (gas generator) to raise and lower the tower sections when deployed to a remote location, a 6x6x8 shelter with air conditioner, electrical package should be at minimum 100 amp package, and the top of the tower must be equipped with safety lighting. The trailer tower must be able to deploy to any type of environment. The trailer tower must be equipped with a method to support guying the tower if required by local ordinances or additional stability is required due to the wind loading factor. Tower Specifications: Hot dipped galvanized steel tower sections, 2 hp main winch motor (min), Galvanized lifting cables (strength determined using TIA/EIA 222G spec), User operations and control panel, Safety limit switches, 110v 60hz tower power requirement, 100 minimum self supporting, 30 minutes or less operational setup time, 500 lbs weight load on tower and 75 miles per hour wind loading. Trailer Specifications: (not to exceed): 25 over all trailer length, 8 over all trailer width, 33 overall transportation mode, 126 overall trailer w/shelter height, 7000lbs dual axel suspension, 1400 lbs gross trailer weight, Electric brakes each axel, Stabilizing jacks, Standard domestic truck tires, Tires will be rated to at least 55mph (sustained speed) and rated to support the overall 7000lbs, One piece fender wells, Spare tire, with jack/lug wrench, Safety chains, Break away kit, 7 pin RV trailer plug, Tail lights, brake lights, turn signal lights, Tower will be equipped with aircraft warning lights at 50 and 100, and 2 5/16 ball hitch (adjustable to variable hitch height). FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 7 August 2008. Offers shall be submitted electronically at: charlene.neal@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Charlene Neal at (520) 538-2399 or charlene.neal@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, 22 April 2008. This is a total small business set aside. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd85c2b42219819e1b67a925d1372649&tab=core&_cview=1)
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN01626988-W 20080801/080730222511-dd85c2b42219819e1b67a925d1372649 (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.