Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

23 -- F4FBAR9169A001(Second Amendment) Animal Transport Vehicle - Responses to Questions

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBAR9169A001(Amendment)
 
Archive Date
10/16/2009
 
Point of Contact
Michael A Lovano, Phone: 937-522-4590, Daniel Lyons, Phone: 937-522-4516
 
E-Mail Address
michael.lovano@wpafb.af.mil, daniel.lyons@wpafb.af.mil
(michael.lovano@wpafb.af.mil, daniel.lyons@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached are responses to questions from contractors in regards to the Animal Transportation Vehicle. This is the second amendment to a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This is a 100% Small Business Set-Aside combined synopsis/solicitation. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This amendment is titled "F4FBAR9169A001(Second Amendment)". This is an amendment to the original solicitation number for this requirement of F4FBAR9169A001 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: There were questions posed by propsecetive offerors. Those questions are posted as an attachement to this amendment. 1 Each Animal Transport Vehicle - Truck specification: - Chevy express 3500 or EQUAL - Duramax 6.6l turbo diesel v8 or similar diesel engine - LT245/75r16 all season tires - 6 speed automatic transmission with electronic controlled overdrive - Truck length cannot exceed 246 inches from bumper to bumper - Heated and air conditioned box with non-porous material or non-porous covering on floors, wall, and ceilings. - Thermometer and humidity display for box in the cab - Box must have tie downs at 2 and 6 ft - Tommy lift or equivalent that fits under the rear bumper of the truck without extending length in a stowed position. Primary Conveyance 1. The cargo space of conveyances for transport of animals must be designed, constructed, and maintained in a manner that protects the health and well-being of each animal and ensures its safety and comfort. 2. The cargo space must have supply of air that is sufficient for normal breathing of all animals, and entry of engine exhaust must be prevented. 3. Enclosures must be positioned in the cargo space in a manner that provides protection from the elements, allows each animal enough air for normal breathing, and allows for the removal of animals in the event of an emergency. 4. During transport, auxiliary ventilation must be used in the cargo space when the temperature reaches 75°F. The temperature may not exceed 85°F or fall below 45°F except when rabbits are being transported and a certificate of acclimation to lower temperatures has been provided. 5. The cargo space must be kept clean, and animals may not be transported with any items that may be expected to cause harm to them. Interior constructed of smooth, non-porous material (i.e., no wood) that can be easily cleaned and sanitized. -Air conditioning and heating, preferably with remote temperature/humidity readings and controls in cab. -Intake air should be fresh and preferably filtered. - Method to secure caging within vehicle, but allow quick release in the event of an emergency. -Depending on the height of the rear of the truck, a lift of some sort to allow easy removal of heavy cages or other equipment. - If possible, a window between the cab and the compartment for direct visual of contents by driver. The above item description is an amendment to the original item description below off of the combined synopsis solicitation F4FBAR9169A001. CLIN 0001: 1 Each - New Animal Transport Van. BODY MATERIAL ALUMINUM. 8 CYLINDER. BATTERY 1 each. WHEEL QUANTITY 4 each. DRIVE WHEEL QUANTITY 2 each. PRIME MOVER TYPE GASOLINE ENGINE. BATTERY VOLTAG RATING IN VOLTS 12.0. TRANSMISSION TYPE AUTOMATIC. FEATURES PROVIDED AIR CONDITIONING AND HEAVY DUTY COOLING SYSTEM AND INSULATED AND POWER STEERING. DRIVE AXLE LOCATION REAR. AXLE DRIVE TYPE CONVENTIONAL. AXLE SPEED QUANTITY 1 each. REAR WHEEL MOUNTING TYPE DUAL. CAB TYPE CONVENTIONAL. CAB ROOF TYPE CLOSED. CARGO AREA NOMINAL LENGTH 120.00 INCHES. CARGO AREA NOMINAL WIDTH 85.00 INCHES. CARGO AREA NOMINAL HEIGHT 76.00 INCHES. CARGO DOOR LOCATION REAR FACING. CAB DOOR QUANTITY 2 each. FUNCTIONAL DESCRIPTION BASE MAINTENANCE. This acquisition is under North American Industry Classification System code 336112 Light Truck and Utility Vehicle Manufacturing, with a small business size standard of 1,000 employees. Please identify your business size in your response based upon this standard. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-34, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 200903-18. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items, and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Award will be made based upon best value to the government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov ); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.204-7, Central Contractor Registration; FAR 52.204-9; Personal Identity Verification of Contractor Personnel; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-5, Pollution Prevention and Right-to Know Information; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.247-4, F.o.b. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil ); FAR 52.252-3, Alterations in Solicitation; FAR 52.252-4, Alterations in Contract; FAR 52.252-6 Authorized Deviations in Clauses is amended in paragraph (b) to add Department of Defense Federal Acquisition Regulation Chapter 2; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7004, Alternate A; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7035 with Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; DFARS 252.225-7036 with Alt I, Buy American Act-Free Trade Agreement-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 with Alt III, Transportation by Sea; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.201-9101 Ombudsman (August 2005). In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 4:30 P.M., Eastern Standard Time on Monday, 7 Sep 2009. Please send any questions and quotes to TSgt Michael Lovano at michael.lovano@wpafb.af.mil. You may also call POC at (937) 522-4590. The Contracting Officer on this requirement is Mr. Daniel Lyons and he can be contacted at (937) 522-4516.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBAR9169A001(Amendment)/listing.html)
 
Place of Performance
Address: 711 HPW/RHPV, Bldg 838, Area B, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01957247-W 20090918/090917000606-4d550d9aa9cca6b4ecbd4b09e5e82b5e (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.