Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

23 -- Emergency Response Trailer - Additional Information

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3V29179A001
 
Archive Date
10/3/2009
 
Point of Contact
Susan R. Reinhart, Phone: 8439635159, Robert R. Melton, Phone: 8439635157
 
E-Mail Address
susan.reinhart@charleston.af.mil, robert.melton-02@charleston.af.mil
(susan.reinhart@charleston.af.mil, robert.melton-02@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Vinyl Sign Sample Request for Quote COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3V29179A001 and is being issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, Dated August 11th, 2009. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 336214 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote for an Emergency Search and Recovery Trailer with the following minimum characteristics: 1) Approximately 7' x 16' enclosed trailer (no less than 112 square feet) 2) Height of trailer must be a minimum of 7' 3) Rear ramp door, with 36" (fold out or slide out) extension 4) Side personnel door 5) Spare Tire with exterior mount 6) 100 amp breaker panel 7) (4) - 110 volt interior duplex receptacles 8) (2) - GFI exterior duplex receptacles 9) 13500 BTU roof mounted air conditioner unit 10) (2) - 110 volt wall switches 11) (1) - 100 amp breaker panel 12) Floor, walls and ceiling must be lined with vinyl or equal resilient sheathing material 13) 15 lineal feet of shelving running along opposite side of personnel door. Approximately 5' long and 2.5' deep. 14) (2) - 48" Fluorescent Lighting 15) (6) - Wall mounted E-tracks or equivalent to anchor tie downs. 16) Partition wall with 36" door to enclose front portion of trailer for office space. Office space approximately 38.5 square feet. 17) (2) dome lights with switch on partition wall for office area 18) (2) - Approximately 2' x 4' vinyl signs for each side of trailer (see attached) All responsible sources may submit a proposal, which shall be considered. (vi) The requested item must be delivered within 60 calendar days of award of contract. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii) FAR 52.212-2 Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. Technical capability is significantly more important than price. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report (xiii) Defense Priorities and Allocation System (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday 18 September 2009 no later than 4:00 PM Eastern Standard Time. Requests shall be marked with solicitation number FIM3V29179A001. (xv) Address questions to Susan Reinhart, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email susan.reinhart@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3V29179A001/listing.html)
 
Place of Performance
Address: Deliver to Charleston AFB, Charleston AFB, South Carolina, 29437, United States
Zip Code: 29437
 
Record
SN01954286-W 20090916/090915001748-be9555282bbd4d1d916a388ac6a051a7 (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.