Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
MODIFICATION

25 -- Hard Shell Cargo Bed Covers-Modification SOW

Notice Date
8/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J211R0002
 
Response Due
9/14/2011
 
Archive Date
11/13/2011
 
Point of Contact
Gary Brown, 608.427.7273
 
E-Mail Address
USPFO for Wisconsin
(gary.daniel.brown@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 Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited. Solicitation number W912J2-11-R-0002 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, The Wisconsin Army National Guard has the following requirements. This requirement is being advertised as Small Business set-aside; the North American Industry Classification System (NAICS) Code is 336211 with a Small Business Size Standard of one thousand employees. All responsible sources may submit an offer, which shall be considered by this Agency, in accordance with all provisions and requirements set forth in the attached solicitation. Proposals are due in this office no later than Wednesday, September 14, 2010, 10:00 AM local central daylight savings time. They shall be emailed to gary.daniel.brown@us.army.mil or facsimile to 608.427.7273. Point of Contact referencing this solicitation is Gary Brown at 608.427.7273. Offers will be evaluated using the evaluation criteria outlined in FAR 15. The award will be made to the vendor whose proposal is most advantageous to the Government. The evaluated non-cost factors for this acquisition shall be technical acceptability, delivery and availability. Past Performance will also be an evaluation factor in this acquisition along with price, vendors shall submit past performance. All products delivered FOB Destination. CLIN 0001- Cargo Bed Cover, M1165QTY 16 EACH Delivery-8 EACH to Oshkosh, WI, and Eau Claire, WI Description 1)Shelter - Vacuum Assist Resin Transfer Molded, minimum thickness of.500 inch thickness in roof section. Engineered 3D fabric. High insulating, sound-deadening core that meets OEM requirement for flammability. Impact to payload 150-165 lbs. 2)Antenna Ground Plane - embedded bronze mesh w/ 8 integrated ground studs with ground straps. A requirement of 4 antenna mounting plates per cover. 3)Rear Door Options a)Horizontal 5052 Aluminum with pad lockable T-Handle minimum thickness of 0.125" prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 4) Side Storage Compartment Assembly Options - a) 5052 Aluminum flip up door with pad lockable T-Handle, and aluminum compartment box with the following specifications, minimum thickness of 0.125" prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159. 5) Independent Mounting Collar - 5052 Aluminum or better Mounting Collar with minimum thickness of 0.1875" with welded standoffs a) Must have provisions for optional AFES, Cargo Over-Pressurized and wire harness routing with aluminum cover plates prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 6)Interior Height - 40" minimum 7) Brackets - 5052 Aluminum or better rear mounting brackets prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 8)Hardware/Fasteners - Dorrltech or better (prepped for corrosion resistance) all required fasteners included in kit 9)Stainless Steel Door Hinges minimum 0.090" thick prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 10)Roof Load Limit - minimum of 250 pounds per square foot 11)CARC Paint - Applied to the outside to Mil Spec Standard MIL-DTL-61459, in a OD Green Color. 12)No wood products allowed in laminate schedule 13)Warranty, Provisioning and Technical Support - minimum 2 Year factory warranty 14)Training - On-Site "train the trainer" program must be performed by factory technician. Custom program will include a minimum of two days on site training or as required by OIC. Installation Instructions included with each individual top (CD, drawings, and or word document CLIN 0002- CARGO Bed Cover, M1152QTY 10 Delivered : Hayward, WI Description 1.Shelter - Vacuum Assist Resin Transfer Molded, minimum thickness of.800 inch thickness in roof section. Engineered 3D fabric. High insulating, sound-deadening core that meets OEM requirement for flammability. Impact to payload 325-375 lbs. 2.Antenna Ground Plane - embedded bronze mesh w/ 6 integrated ground studs with ground straps. 3.Rear Door Options a) Barn Doors with pad lockable T-Handle minimum thickness of 0.125" prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 4)Independent Mounting Collar - 5052 Aluminum or better Mounting Collar with minimum thickness of 0.1875" 5)Dimension Requirements - Length of 85.0 inches, Width 85", Height 51.25" and an approximate weight of 325-375 LBS 6)Brackets - 5052 Aluminum or better rear mounting brackets prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 7)Hardware/Fasteners - Dorrltech or better (prepped for corrosion resistance) all required fasteners included in kit 8)Stainless Steel Door Hinges minimum 0.090" thick prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 9)Roof Load Limit - minimum of 500 pounds. 10)CARC Paint - Applied to the outside to Mil Spec Standard MIL-DTL-61459, in an OD Green Color. 11)Warranty, Provisioning and Technical Support - minimum 2 Year factory warranty 12)Training - On-Site "train the trainer" program must be performed by factory technician. Custom program will include a minimum of two days on site training or as required by OIC. Installation Instructions included with each individual top (CD, drawings, and or word document CLIN 0003- Cargo Bed Cover M1152 QTY 8 Delivery Sussex WI (QTY 4), Eau Claire, WI (QTY 2), Wisconsin Rapids, WI (QTY 2) Description 1.Shelter - Vacuum Assist Resin Transfer Molded, minimum thickness of.800 inch thickness in roof section. Engineered 3D fabric. High insulating, sound-deadening core that meets OEM requirement for flammability. Impact to payload 325-375 lbs. a) The roof will anti-skid surface finish. 2.Antenna Ground Plane - embedded bronze mesh w/ 6 integrated ground studs with ground straps.. 3.Rear Door Options a) Barn Doors with pad lockable T-Handle minimum thickness of 0.125" prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 b) 4 NATO 10" X 10" 5052 Aluminum Antenna Mount Hard Points 4)Independent Mounting Collar - 5052 Aluminum or better Mounting Collar with minimum thickness of 0.1875 5)Dimension Requirements - Length of 85", Width 85", Height 51.25" similar to specifications outlined by NSN 2510-01-583-6456 6)Brackets - 5052 Aluminum or better rear mounting brackets prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 7)Hardware/Fasteners - Dorrltech or better (prepped for corrosion resistance) all required fasteners included in kit 8)Stainless Steel Door Hinges minimum 0.090" thick prepped and Coated per Mil Standards MIL-P-53022 and MIL-DTL-64159 9)Roof Load Limit - minimum of 500 pounds 10)CARC Paint - Applied to the outside to Mil Spec Standard MIL-DTL-61459, in an OD Green Color. 11)Warranty, Provisioning and Technical Support - minimum 2 Year factory warranty 12)Training - On-Site "train the trainer" program must be performed by factory technician. Custom program will include a minimum of two days on site training or as required by OIC. Installation Instructions included with each individual top (CD, drawings, and or word document Additional Requirements : 1. This solicitation is evaluated on best value to the government. 2. In addition to the response with price, include detailed pictures, and drawings of each CLIN, depicting the salient features. 3. This requirement is being set aside strictly for small business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J211R0002/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02551429-W 20110828/110826235542-416a2964b794b266985a8660489fa1fe (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.