Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
MODIFICATION

23 -- SWC Rescue Unit Truck Caps

Notice Date
4/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-12-T-0016
 
Archive Date
5/22/2012
 
Point of Contact
C Scott Phelps, Phone: 9104326145
 
E-Mail Address
conway-phelps@soc.mil
(conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION HAS BEEN RE-OPENED AND EXTENDED TO ACCOUNT FOR ADDITIONAL REQUIREMENTS. THE CHANGES OR ADDITIONAL ITEMS ARE HIGH-LIGHTED IN BOLD TEXT. The US Army Special Operations Command, Fort Bragg, North Carolina on behalf of the Special Warfare Center & School has a requirement for NOT to Exceed six (6) ARE or FLEETWEST Rescue Unit Caps that will slide into GSA Fleet Vehicles. This is being listed as a Brand Name or Equal Requirement. Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. The contractor shall provide all labor, equipment, materials and transportation unless stated in the specifications. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-12-T-0016 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 effective 15 March 2012. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. This requirement is a 100% set aside for a small business. The North American Industry Classification System Code (NAICS) is 336214 - Travel Trailer and Camper Manufacturing and the size standard is 500 employees. Minimum Specifications. The contractor shall provide the two items in accordance with the following specifications: SPECIFICATIONS: • The Rescue Caps must fit a long bed truck 8 feet in length (Ford, Dodge or GM models). • The cap must be one piece and made of fiberglass with at least 365 cubic feet of space. • Must have universal mounting with no requirement for drilling. • Must have full twin opening rear access doors (50"W x 55"H) with lock and keys, stainless steel hinges, door hardware and door stoppers. • Shall have at least four (4) interior dome lights with a light switch by the rear door. Also, two lights on each side with a high 3rd brake light. • Standard white gel coat, overhang rain gutters. • Integrated four corner tie down clamps which locks unit in place by clamping under the bed rail. • Four corner jack mounting brackets for removal or installation without unloading. • Laminated interior mounting frames for cabinets, shelves or hooks. • Must quick disconnect electrical plugs. • Windows: Must have side windows with slider (18" X 48")two rear door windows (one in each), and front window with slider. • Air conditioning unit installed on roof of unit with wiring included. • Set of four (4) lifting jacks/stands • Shore power, with 30 foot cable, breaker box, RV power outlets, two breakers and two (2) 110 Volt outlets. • Two shelves deep aluminum • Seven (7) 110 V outlets installed and wired. • Two (2) 12-Volt outlets. • One cushioned patient treatment table/transport bench with three seat belts, with cups to accommodate a Stokes Stretcher (84.5"L X 24"W X 7.5" H). • Storage compartments under the treatment table. • One (1) Auxiliary jump seat on passenger side. • Stat power Prowatt 3000 Inverter-801-2000-3000 watts maximum 5000 watt surge capability, Built-in LED Display for DC volts and amps. Supports addition of external AC outlets, single receptacle for safe operation and hardwire AC connections, heavy duty terminals for trouble free battery connection, includes ON/OFF remote switch. • One Year Warranty. ** New Requirement: UID Labeling on all units. UID Labeling Costs shall be included in the unit price but separately identified as described in DFARs Clause 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011). RESPONSES ARE DUE NO LATER THAN: 05/07/2012 01:00:00 PM EDT. Please submit responses directly to Mr. Scott Phelps at conway-phelps@soc.mil. All questions are due by 05/03/2012, 01:00:00 PM EDT. PARTIAL SHIPMENTS WILL NOT BE AUTHORIZED: Please include the following information with your quote: * Item specifications * Unit and total price * Federal Tax ID, Cage Code and DUNS number, * FAR 52.212-3, Reps and Certs (or notice that an active ORCA record is available) * Contact Information, * Payment/Discount Terms, * Delivery Time and Delivery Cost (Reminder: Partial Shipments are not authorized), * FOB point * Any other remarks as necessary. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. FAR 52.204-7, Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), EVALUATION AND AWARD: The Government will award to the responsive, responsible offeror whose proposal conforms to this solicitation and is the best value to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (A) Technical Acceptability (B) Price (C) Delivery 1. Technical acceptability is defined as the contractor's ability to meet or exceed the stated requirements. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. PASS: The offeror has submitted the required documentation necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. FAIL: The offeror did not submit the required documentation necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. 2. Price. Offerors will be evaluated for price. Price shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Price shall include a firm fixed price. 3. Delivery. Offers will be evaluated for delivery. The desired delivery date is 30 days after receipt of award. However, 60 days ARO is acceptable. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items per shipment as specified within the requested delivery date. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. Point of delivery and acceptance is Fort Bragg, NC 28310. The Required Delivery Date (RDD) is not later than 60 days ARO. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts and Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.222-41, Service Contract Act of 1965. FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Officer is Mr. Scott Phelps, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Com: 910-432-6145; Fax: 910-432-9345; conway-phelps@us.army.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this solicitation using the same contact information identified in clause 5652-201-9002. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. Full delivery address will be provided upon award. It is requested that all items are delivered per shipment once maintenance is completed. DUE DATE. Offers shall be submitted not later than 1:00 pm EST, 07 May 2012. Offers shall be in writing in order to be considered. Offers may be emailed to conway-phelps@soc.mil or conway-phelps@us.army.mil, faxed to 910-432-9345, Attn: Mr. Phelps, or mailed to HQ USASOC, ATTN: AOCO (PHELPS), E-2929 Desert Storm Drive, Fort Bragg, NC 28310. REQUEST FOR QUOTES QUESTIONS. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered, but emails requesting technical clarity will be sent to the technical representative. It is the offeror's responsibility to ensure e-mail or fax submissions are received by the Contracting Officer. If an acknowledgement is not received, please contact Mr. Phelps at (910) 432-6145. Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the RFQ. Government point of contact is Mr. Scott Phelps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-T-0016/listing.html)
 
Place of Performance
Address: Special Warfare Center and School, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02732117-W 20120428/120426235458-a75eb0ee2966a8e76550969269a0ad25 (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.