Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

Y -- Expeditionary Multipurpose Modular Facility (MMF) PODs

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10R0032
 
Response Due
12/3/2009
 
Archive Date
2/1/2010
 
Point of Contact
Toni Wilcox, 309-782-5630
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(toni.w.wilcox@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. Solicitation Number: W52P1J-10-R-0032 Posted Date: 24 November 2009 Response Date: 3 December 2009 Set Aside: Service Disabled Veteran-Owned Small Business Contracting Office Address: Army Contracting Command Rock Island Contracting Center (RICC) Rock Island, IL 61299-8000 POC: Toni Wilcox, (309) 782-5630 1. 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. 2. Solicitation number: W52P1J-10-R-0032 issued as Request For Quotation (RFQ). 3. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 4. This is a Service Disabled Veteran-Owned Small Business Set-Aside. North American Industry Classification System (NAICS) code for this solicitation is 236220. 5. The TF Guardian, Bagram AF, Afghanistan has a requirement to purchase twenty (20) Standard Interview Pods, two (2) C2 Pods and two (2) A/V Suites, fourteen (14) 463L shipping pallets. Description of the requirements for the items to be acquired: a. Concept: The customer will operate a modular, plug-n-play expeditionary facility (POD) which is deployable on USAF aircraft or other inter-modal transportation sources to any location in the world, to include aboard USN ships, rapidly set-up and employ facility in order to conduct interviews in a safe and efficient manner which complies with federal and international standards. b. All PODs must have an integrated USAF 463L pallet configuration to load directly onto USAF aircraft. c. Size. Minimum interior dimensions are 72w x 96d x 77h. Maximum exterior dimensions are 88w x 108d x 90h, plus the integrated 463 L pallet configuration for each piece/module. Pallets are a standard 108 x 88 air cargo pallet system. d. Exterior. Exterior should be finished with a rust inhibitive, non-toxic, durable, fire retardant, sprayed-on permanent polyurethane protective surface coating providing slip resistance and a barrier against mold, mildew, water, chemicals, temperature and years of use. e. Interior. The interior must have tamper-proof mechanics and accessories, with the ability to place to accommodate a table and chairs. All doors must be capable of withstanding concentrated entry/escape attempts, while at the same time being fully operational and secure with a manual key. (1) Environmental Control. Each POD must have internal heater, air conditioner and light controls that conform to general tamper-proof instructions. (2) Monitoring System. Each POD must have an integral digital video monitoring system, capable of viewing the entire room at wide angle. Each POD shall have a listening system capable of detecting whispers, taps, and scratching. The guard must be able to monitor all holding PODs, booths and traffic areas (3) Sound attenuation. Each POD must be capable to attenuate sounds up to 75 db. f. Power. All modules and systems must operate on 110 volt/220 volt, 60 Hertz power and be compatible with military and commercial power generators. g. Assembly. Set-up will require no more than three (3) personnel and two (2) hours to assemble. Each POD shall have a leveling capability of at least 6 inches. h. Transportability. (1) Air. Must have an integrated USAF 463L pallet configuration to load directly onto USAF aircraft. Since PODs need to be shipped, they must be the same size (no bigger) than a 463L pallet IOT ship via MILAIR. MMF must be deployable on USAF aircraft (C-130, C-17 and C-5), and can be rapidly set-up and employ facility in order to conduct interviews in a safe and efficient manner which complies with federal and international standards. (2) Ground. MMFs need to be able to be loaded on a standard military or civilian cargo-style vehicle for ground movement. (3) Material Handling Equipment. Each module must be capable of being lifted by a 10,000 lb. forklift or a 25,000 lb. crane lift. i. Warranty & Repair. Each module must be warranted for at least one year. The contractor will provide on-site or factory repair as directed by the customer. The customer may request a warranty extension at a price and condition agreed to in the purchase contract. j. Training. The contractor will provide hands-on assembly and operator training upon delivery. The customer may schedule and pay for additional training. k. The contractor will provide: (1) Two copies of operations and/or owners manuals in English (2) Statement of warranty terms and conditions in English 6. Delivery: Place of delivery and acceptance will be Surface Movement Office, Knox Street, Bldg J-2050, Fort Bragg, NC. The delivery date is January 15, 2010. Partial and early deliveries are authorized. All deliveries will be clearly and visibly labeled with the following address: Supply Support Activity MK FOR CONTRACT: W52P1J-10-D-XXXX Bldg 310, ATTN: Mitchell Cooper Bagram, Afghanistan 7. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.212-1, Instructions to Offerors - - Commercial Items; FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), FAR 52.212-3, Alt I, Offeror Representations and Certifications Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). FAR 52.252-2 - - Clauses Incorporated by Reference. 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 http://farsite.hill.af.mil. The following Clauses apply to this requirement: 52.203-3, Gratuities Apr 1984 52.203-6, Alternate I Oct 1995 52.203-12, Limitation On Payments to Influence Certain Federal Transactions Sep 2007 52.204-4, Printed or Copied Double-Sided on Recycled Paper Aug 2000 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Sep 2006 52.214-34, Submission Of Offers In The English Language Apr 1991 52.222-19, Child Labor Cooperation with Authorities and Remedies Aug 2009 52.225-13, Restrictions on Certain Foreign Purchases Jun 2008 52.229-6, TaxesForeign Fixed-Price Contracts Jun 2003 The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. Evaluation Standards: Award will be made on a price-only basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a1114bed1a0095f50c80b51f65cc6c13)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02010355-W 20091126/091124234943-a1114bed1a0095f50c80b51f65cc6c13 (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.