Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

23 -- Multi-Bin Recycling Collection Trailers

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3FC1133A004
 
Archive Date
7/8/2011
 
Point of Contact
Tyler Ingalls, Phone: 907-552-7169, Robert Peters, Phone: 907-552-5774
 
E-Mail Address
tyler.ingalls@elmendorf.af.mil, robert.n.peters@elmendorf.af.mil
(tyler.ingalls@elmendorf.af.mil, robert.n.peters@elmendorf.af.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 solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for F1W3FC1133A004 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The associated NAICS code is 336212 with a size standard of 500 employees. The line item description is as follows: Description of Requirement: - The JBER QRP requires six (6) multi-bin recycling collection trailers. Each trailer shall be designed to the same specifications and enable the collection of the following recyclable materials: - newspaper - mixed paper - aluminum beverage containers - #1 PET plastic bottles - #2 HDPE plastic containers - Cardboard Statement of work: General: Trailers shall meet all applicable Department of Transportation (DOT) requirements for travel on alaska roads and highways. All trailers shall be designed to the same specifications Trailer Capacity: 20 CY (cubic yards) total trailer capacity comprised of 6 individual collection bins Design: - The government's design standards are specified herein. - Each trailer shall be mounted with six (6) removable collection bins with the following sizes: newspaper bin, 2 CY; mixed paper bin, 2 CY; aluminum bin, 4 CY; #1 PET plastic bottle bin, 4 CY; #2 HDPE plastic container bin, 4 CY; cardboard, 4 CY -Collection bin design notes: Bear proof bin doors and/or lid; heavy-gauge forklift pockets for loading/unloading bins from trailer; forklift pockets shall be fully enclosed within the bin area to avoid forklift forks from contacting recyclable materials directly within bins; rear dump doors for quick unloading with a standard forklift; all bins shall include signage to indicate the type of material accepted by the bin. Bins shall be configured for secure transport while on trailer with rugged locking latches. Container material, if ferrous, shall be sandblasted to remove rust then primered with at least 1 coat of primer and covered with at least 2 coats of industrial grade paint - Reinforced A-Frame tongue configuration with welded plate for tongue jack mount - 7,000 lbs tounge jack, mounted - Standard 2" ball couple assemble with adjustable height, installed; supply coupler locks (one per trailer) - Affix side reflectors (3" diameter) OR reflective tape to provide equivalent or greater visibility than reflectors; red in rear; orange in front, left, and right sides - VIN number on tongue -All trailers shall be numbered sequentially, starting with "MB01". Numbering shall be painted using number/letter stencils on each trailer tongue - Wheel bearings "Buddy Bearing" type grease-able axle hub - Tires and steel wheels sized appropriately to meet trailer load capacity (7,000 lbs minimum) - Axle placement: Trailer shall be designed to avoid tipping backwards - Sealed taillights, 16GA wire harness with 4-way flat plug - Manufacture and install tailight guards to prevent crushing of lights if trailer tips backwards (3/8x3 flatbar) - Safety chains with Quick Link connector - Paint: Kelly Moore Masstone Base #6700-855 Color code formula #02-236TAC; locally available equivalent brown paint allowable upon prior written Government approval; prime all bare metal surfaces - Chock Blocks: two (2) sets of 8" chock blocks shall be provided for each trailer. Chock blocks shall be made from 100% recycled tire rubber and/or recycled plastics - Backup alarm - Rear strobe light End Item Description. PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Item, applies to this acquisition. The provision at 52.212-3 and Alt I, Offeror Representations and certifications Commerial Items - CI. Will be used for this for this acquisition. The clause at FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Set Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-37, Employment Reports on Veterans, FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.233-3, Protest after Award, FAR 52.233-4, Applicable Law for Breach of Contract, FAR 52.247-67 and Alternate 1, Preference for Privately Owned U.S.-Flag Commercial Vessels. The provision at, applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.211-7003, Item Identification and Valuation, 252.225-7000, Buy America Act - Balance of Payments Program Certificate, 252.225-7001, Buy American Act - Balance of Payments, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010, Levies on Contract Payments, 252.247-7023 and Alternate III, Transportation by Sea and Air. INSTRUCTIONS TO OFFERORS: All proposals must be faxed, mailed or emailed to POC; Tyler Ingalls, 10480 22nd Street, Suite 356, Elmendorf AFB, AK 99506 Phone (907) 552-7169, Fax (907) 552-7496, tyler.ingalls@elmendorf.af.mil. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible, to expedite contract award. Wide Area Workflow https://wawf.eb.mil/ will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (If applicable), Date offer expires, warranty, Line item unit price, and Total cost.. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. All questions regarding this requirement must be submitted in writing to my email address NO LATER THAN 16 Jun 2011, Alaska Standard Time (AST). Quotes must be signed, dated and submitted by 23 June 2011, 4:00 pm, Alaska Standard Time (AST) to the 673rd Contracting Squadron/LGCC, Attn: Tyler Ingalls. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). POINTS OF CONTACT: Tyler Ingalls, Contract Administrator, Phone (907) 552-7169, Fax (907) 552-7496, tyler.ingalls@elmendorf.af.mil Robert Peters, Contracting Officer, Commercial Phone (907) 552-5774, Fax (907) 552-7496 Rober.n.peters@elmendorf.af.mil Email your questions to Tyler Ingalls: tyler.ingalls@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FC1133A004/listing.html)
 
Place of Performance
Address: FOB Destination, Elmendorf AFB, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02470661-W 20110615/110613234005-4bf0dedad8c3f9c9ae25f79040d42e00 (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.