Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

58 -- Instrumentation Site Trailer

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DG9197AG02
 
Archive Date
8/27/2009
 
Point of Contact
Penny Daniels, Phone: 8508820253
 
E-Mail Address
penny.daniels@eglin.af.mil
(penny.daniels@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Mobile Site Trailer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0DG9197AG02. The North American Industry Classification System (NAICS) code for this acquisition is 334220 with a size standard of 750 employees. Please identify your business size in your response based upon this standard. The requirement consists of the following items: CLIN 0001: 3 EA. INSTRUMENTATION SITE TRAILER Requirements for a Mobile Site Trailer: The intention is to use a commercial product that has already been designed for the Cell Phone Industry and is commonly referred to as a Cell On Trailer (COT). The unit is comprised of a trailer, generator, mast, and enclosure. Trailer: Meets all DOT standards All Metal Construction Decking to be slip resistant, grating or checkered plate Bumper trailer hitch configuration GVWR and Axles sized to accommodate supplied equipment plus additional 1000 lbs Vendor shall provide maximum GVWR Electric brakes, battery backup with breakaway switch Mounted Spare Tire Outrigger/Leveling jacks to provide adequate support in high wind environments Vendor shall provide maximum wind load while under extended mast operations Crows nest/platform for working on antenna while mast is in retracted position Centralized ground for trailer, enclosure, generator, and mast plus a connector for user to attach to grounding rod Fire Extinguisher Enclosure: Aluminum construction Minimum size of enclosure to be 60"H x 60"W x 48"D Double doors on front and rear for easy access 2 bays of 19" rack space Weather tight Secured to the middle of the trailer Cable entry ports Internal electrical breaker with 8 dual port outlets Internal lighting for front and rear Integrated A/C unit (single) Smoke detectro interlock to electrical panel Surge/Lightning protection for electrical and antenna Generator: Single Phase 120/240 Volt 10kw or larger Diesel fuel Extended run time fuel tank for 5 days of operation Over temp shut off Oil low shut off Porvide option of remote start Manual transfer swithc to support use of Shore Line power Mast: Retractable, auto operation 40' - 60' Support 75 lbs of antenna 2 Antenna cables pre-wired from enclosure to top of mast with a line loss not to exceed 2.0dB @ 915MHz The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-33 effective 15 June 2009. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JUN 08), 52.212-2, Evaluation-Commercial Items; (JAN 99) Technical capability is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; (FEB 09), 52.212-4 Contract Terms and Conditions- Commercial Items; (MAR 09), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.219-6 Notice of Total Small Business Set-Aside • 52.219-8, Utilization of Small Business Concerns; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Veterans • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222.39, Notification of Employee Rights Concerning Payment of Union Dues or Fees • 52.225-1, Buy American Act-Supplies; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following address: http://farsite.hill.af.mil. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JAN 09), 252.225-7001 Buy American Act and Balance of Payment Program; (JAN 09), 252-232.7003, Electronic Submission of Payment Report, (MAR 08), 252.247-7023 Transportation of supplies by Sea. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Central Standard Time on 12 August 2009. The quote is at the discretion of the offeror. Send all packages to 96 CONS/MSCB, Attn: Penny Daniels, 308 West D Avenue, Suite 130 (Bldg 260), Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-1680, or email at penny.daniels@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0DG9197AG02/listing.html)
 
Place of Performance
Address: Eglin AFB, Valparaiso, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01900316-W 20090807/090806001129-9d9ed4a7727278b78fdd06b7e0f27bc7 (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.