Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

23 -- CLIMATE REGULATED CARGO TRAILER

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-10-T-0052
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Laurie Abu-Saoud, 601-313-1698
 
E-Mail Address
USPFO for Mississippi
(laurie.abusaoud@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation number W9127Q-10-T-0052 is issued as an RFQ and this request is a hundred percent set aside for small business concerns. The NAICS code is 336212 and size standard is 500 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a fixed price for: (10) ten climate control cargo trailers conforming to the below specification (2) shipping (FOB Destination). Delivery will be to Camp Shelby, MS (bldg 6800 Warehouse Ave 179, Camp Shelby, MS 39407-5500). Climate Control Cargo Trailer: The equipment must meet the following minimum requirements: Must be air-transportable and provide reliable service in severe-duty environments, with low maintenance. Must be able to provide transport of climate regulated cargo including food, water, medications, blood and plasma into and out our severe-duty environments. General Specifications Maximum Vehicle Weight4,200 lbs (1905 kg) Curb weight (Integrated)2,700 lbs (1225 kg) Maximum Payload Capacity1,500 lbs (680 kg) HullUnitized body construction using aircraft grade aluminum and chromoly steel PaintCARC Tan, Green, or Camo Paint Available Dimensions (Integrated) Overall Length 136 inches (345 cm) Overall Width 86 inches (218 cm) Overall Height (unladen)97.8 inches (248 cm) Track Width72.5 inches (184 cm) Drawbar Length 93.2 inches (237 cm) (from axle center to eye center) Drawbar Eye Height 29.5 inches (75 cm) Deck Height 34.5 inches (88 cm) Ground Clearance (Laden)16 inches (41 cm) Running Gear Suspension TypeFully independent progressive rate trailing arm suspension AxleTubular steel Spring MediaProgressive rate torselastic rubber chords Shock AbsorbersTelescopic, direct acting, one per wheel, HMMWV compatible Wheels16.5 X 8.25, two piece steel, HMMWV compatible, 8 on 6.5 inch bolt pattern Tires37X12.50R16.5 Goodyear Wrangler M/T, with 30-mile runflat inserts, HMMWV compatible Brakes12 inch x 2 inch free backing hydraulic surge brakes with automatic breakaway actuation. Independent lever-operated left and right side mechanical parking brakes. Electrical System24 Volt DC sealed lighting system with blackout convoy lights, 12 pin connector plug mates with HMMWV Performance Max Speed (Primary Roads)55 mph (88 kph) Max Speed (Secondary Roads)35 mph (56 kph) Max Speed (Off Road)20 mph (32 kph) Departure Angle39 degrees Turning Angle80 degrees FordingLimited only by customer configuration Refrigeration Compartment Size Total Volume118 Cu. Ft. Height36 Width75.5 Depth (across)75.5 Compartment Access Doors Large Doors45 W x 36 H Small Doors22 W x 36 H Refrigeration Specifications "Thermo King V-300 Max 20 (HFC R-404A Refrigerant) "4 Interior lights "6 of rigid foam insulation "4 Double Sealed doors with 4 rigid foam insulation "Extra heavy duty hinges with aluminum backing Temperatures Cold: 33 degrees F and up Frozen: -10 to 32 degrees F Other Refrigeration Options and Specifications Current Consumption 115V/1 Phase/60Hz13.3 A 230V/1 Phase/60Hz 10.2 A 230V/1 Phase/50Hz 10 A 230V/3 Phase/60Hz7.9 A 230V/3 Phase/50Hz 7.7 A Electric stand-by 60HzBTU/hrWatts 35F (2C) 5801 1700 0F (-18C) 3790 1110 -20F (-29C) 2565 752 Electric stand-by 50HzBTU/hrWatts 0C (32F) 1950 6655 -20C (-4F) 1275 4350 -25C (-13F) 950 3245 FRP Removable Wall Ability to have separate thermostatically-controlled compartment temperatures. Custom Racking Available NOTE: During transit, refrigeration unit power may be supplied via government furnished inverter. Chassis/Controls "Exterior Mounted Thermostat Display "Heavy Duty Fiberglass Body "Integrated Aluminum Superstructure Appropriate tags and warning labels shall be affixed where necessary for safety and ease of operation. A minimum of one operators manual shall be delivered with the system containing information on operation, maintenance, troubleshooting and replacement parts. Testing and Warranty: All equipment shall be factory assembled, thoroughly tested and backed with a standard factory warranty. Offeror must include shipping and delivery fees. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). 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: Price and Technical Capability. Offerors will submit technical specifications of the product, to include warranty information, with the quote. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APRIL 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Quotes are due no later than 7:00 A.M. CDT, 22 September 2010, to JFH-MS-J8-PC, Attn: Laurie Abu-Saoud, 144 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to laurie.abusaoud@us.army.mil or faxed to 601-313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. Point of Contact: Laurie Abu-Saoud, Contract Specialist, phone 601-313-1698, fax 601-313-1569, email laurie.abusaoud@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-10-T-0052/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
 
Record
SN02279237-W 20100915/100913235416-311b8639eb179af604031b2bd666f7ff (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.