Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

23 -- Equipment Trailer

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT901165A001
 
Archive Date
8/6/2011
 
Point of Contact
Paul Matthew Zorch, Phone: 7074247760
 
E-Mail Address
paul.zorch@us.af.mil
(paul.zorch@us.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 FAR 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 a small business set aside. The solicitation number is F3ZT901165A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective 30 June 2011; Defense DCN 20110629 effective 29 June 2011, and AFAC 2011-0421 effective 21 April 2011. The North American Industry Classification System (NAICS) code is 336212. The business size standard is 500 employees. The Federal Supply Class (FSC) is 2330. The Standard Industrial Classification (SIC) is 3715. Travis AFB has a requirement for an 8.5' x 28' Custom Equipment Trailer. The trailer manufacturer must be within a 50 mile range from Travis AFB to reduce delivery costs and make it easier for Travis AFB to get any type of service, repair, or additions which may be needed in the future. Specifications: 8.5' x 28' Two Axle Trailer with a G.V.W. between 6,500 and 7,000 lbs to be classified as a piece of equipment. Trailer must be road able. We also require that the trailer be made of seamless composite materials to increase the lifespan of the trailer, reduce maintenance costs, and prevent foreign objects from getting stuck to the trailer and causing FOD damage to aircraft. Interior height of 7'6", front bumper and ramp door, 5' straight tongue, coupler pintle adjustable hitch, storage box with lockable lid mounted on the tongue, extra RV deep cycle battery and box, manual step for side door, electric winch, wireless remote, electric jack with night light, larger power converter for 110V and 12V, 50AMP charger, spare tire and chrome wheel. The office area in the trailer must be 8.5' x 8' with a front 36"H x 60"L tinted window on the front, curb, and street side. 8.5'L x 20"H x 14"D front wall cabinets. 12'L x 24" deep workstation top only with an open bottom in an L-shape. A/C and Heating (13.5K BTU Cool, 12K Heat w/ thermostat). Bulkhead wall, 30" x 78" RV door with flush lock and window. Two C-tech file cabinets, lined and insulated with a smooth wall finish, and a powered fan and lid vent with wireless remote. The garage area must have 4 feet of shelving with fixed compartments on the curb side that is 7' high, a 2' closet (2' shelving 24"D). On both the street and rear street sides there must be a 2 tiered shelving unit with 24"D box tubing and dia plate shelves. There must be a powered fan and lid with wireless remote on top and rear loading lights with a master switch at the rear. We require 110 volt electrical power wired to 4 fluorescent lights with 2 quartz lights in recessed pans. 2 interior and 2 exterior outlets, a 10 amp breaker box, shore plug, extra 110V outlet, and a quartz light in a recessed pan on the street side. CLIN 0001-AA 8.5' x 28' Custom Equipment Trailer CLIN 0002-AA Delivery of trailer to 311 Wolfskill Road, Bldg 810, Travis AFB, CA 94535. The trailer manufacturer must be within a 50 mile range from Travis AFB to reduce delivery costs and make it easier for Travis AFB to get any type of service, repair, or additions which may be needed in the future. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR52.212-1 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviation in Clausts, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252.204-7006 Billing Instructions DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea DFARS 252.211-7003 Item Identification and Validation DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 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, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to paul.zorch@us.af.mil or fax to 707-424-5189 NO LATER THAN 18 July 2011, 09:00 PM, PST and offers NO LATER THAN 22 July 2011, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Matt Zorch, Contract Specialist, telephone 707-424-7760. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT901165A001/listing.html)
 
Place of Performance
Address: 311 Wolfskill Road, Bldg 810, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02490534-W 20110708/110706234748-5b6b5a9e7d135f4facec8def5c40b2fd (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.