Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

23 -- Combined Synopsis/Solicitation for Trailer

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-10-T-0014
 
Response Due
8/25/2010
 
Archive Date
10/24/2010
 
Point of Contact
Crystal Bonin, 318-290-5982
 
E-Mail Address
USPFO for Louisiana
(crystal.lynn.bonin@us.army.mil)
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is W912NR-10-T-0014. The solicitation is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, DFARS Change Notice 20090115. This solicitation is 100 % set aside for Total Small Business. The NAICS code assigned to this acquisition is 336212 and small business size standard is 500 employees. Award will be made as a firm fixed price contract. The Louisiana Army National Guard is seeking a vendor to do trailer modifications on an 8.5 x 24 Box Trailer. Vendor must pick up trailer from the Gillis W. Long Center, Carville, LA and return the finished product to the same location. Modifications must be completed and trailer received no later than 30 September 2010. Schedule of supply/services (CLINs): 0001: Installed Lighting and Equipment 1.Must have a top mounted, 15,000 BTU Air Conditioner/Heater suitable for cooling and heating interior of trailer. 2.Trailer floor must have (10) floor tie downs installed in accordance with shop drawings and rated for 2000 lbs. 3.Trailer must have (2) dual module (blue) LED lights mounted to the roof of the trailer above the rear door facing toward the rear and spaced equidistantly between center and side wall for each module 4.Exterior of Trailer must have (4) mounted series 900 Super LEDs a.One blue Super LED light mounted at the front corner on each side wall at approximately 6 inches back from front corner and 6 inches down from the top b.One blue Super LED light mounted at the rear corner on each side wall at approximately 6 inches forward of the rear corner and 6 inches down from the top 5.Items 10 and 11 must be wired to tongue of trailer with appropriate plug-in outlet to control these emergency lighting features from within towing vehicle 6.Exterior of Trailer must also be equipped with (6) mounted Whelen Pioneer Series Floodlights, model PFA2, in the Semi-Recessed Mount PBA203 a.one at the each front corner on each side wall, 12 inches rear of the forward blue Whelen LEDs rear edge and approximately 6 inches down from the top b.one at each rear corner on each side wall, 12 inches forward of the rear blue Whelen LEDs front edge and approximately 6 inches down from the top c.one mounted on each side wall, centered equidistantly between the front and rear floodlights and approximately 6 inches down from the top 7.Exterior of Trailer must also be equipped with a mounted Floodlight, in the appropriate Brow mounting kit, placed in the center of the top rear wall of the trailer, above the back door ramp and facing the rear of the trailer. 8.All Whelen Pioneer series floodlights must be wired to three separate switches. One switch to control each side (driver and passenger) and the third switch to control only the rear floodlight. 9.Must come with installed with a minimum of 50 amp circuit breaker panel for controlling interior and exterior lighting and capable of being shore powered if necessary, see items 16 and 17. 10.Interior Lighting must be installed throughout the trailer, centered from side to side throughout the entire length of the trailer, and must be 110v compatible 11.6 Internal outlets (120v) must be installed in accordance with provided diagrams 12.Trailer must have one external shore power inlet (120v compatible) mounted on the front wall of each trailer and wired to circuit breaker panel Trailer must come equipped with one external shore power cord that is 220v compatible. 0002: Generator 1.Must come equipped with new, un-used Cummins Onan Generator, model RV Quiet Diesel 6000, installed with sound controlling housing and push button ignition system 2.Must come equipped with a new, un-used diesel fuel tank to supply generator, minimum 20 gallon capacity and connected directly to generator fuel intake 3.Exterior access must be provided to generator and fuel tank sufficient for maintenance and refueling. 4.Fuel entrance point must be on the driver side of the trailer 5.Install compartment to house generator. Must have access from exterior, driver side. 0003: Interior 1.Interior floor and roof must be sprayed with a truck bed liner material 2.Install work desk across front of trailer above generator compartment. 3.Install desk, 60 wide, on left side with side drawers- constructed.080 aluminum 4.Install two stand-up storage cabinets on right side of trailer. One will measure 32 wide and one will measure 36 wide. Both will be the max height of the interior of the trailer. 5.Install cabinets above generator in front of trailer (30 tall, 24 deep, to run the width of the front of the trailer. 6.Install storage double door cabinet on left side in front of wheel well area to cover remaining space between desk and wheel well (approximately 50 inches wide and 18 inches deep. 7.All cabinets and desks will be assembled from.08 aluminum 8.Remove existing wood paneling on walls. Walls will be lined with.08 aluminum Assembled Trailer: Upon delivery, trailer must not exceed 5000 lbs curb weight with all accessories installed. Upon delivery, trailer must be rated for and have a net minimum of 3000 lbs total cargo capacity, not including curb weight (i.e. 5000 lbs curb weight plus 3000 lbs cargo weight equaling minimum 8000 lbs of rated capacity). Submit quote based on CLINs 1-3 as outlined. This is a brand name or equal acquisition. Equal acquisition items are acceptable for award, however, equal items quoted must meet the salient physical, functional, or performance characteristics. Quotes should include shipping/delivery costs to Carville, LA 70721. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. Award will be made based price, technical factors, and delivery. Price is a larger factor than technical factors and delivery; technical factors and delivery are equal. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFAS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Quotes may be emailed to crystal.lynn.bonin@us.army.mil or faxed to 318-290-5986 NO LATER THAN 25 August, 2010, 10:00 AM, CST. Alternate POC is CPT Jonathan Maraggun jonathan.maraggun@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-10-T-0014/listing.html)
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
 
Record
SN02230705-W 20100807/100805235831-300768bba6b8485b70f1b7b425660748 (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.