Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

23 -- Combined Synopsis/Solicitation for Mobile Decontamination Trailer

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK12T0217
 
Response Due
6/18/2012
 
Archive Date
8/17/2012
 
Point of Contact
Kirstin B Hazlewood, 410-278-5488
 
E-Mail Address
ACC-APG - Installation Division
(kirstin.b.hazlewood.civ@mail.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. W91ZLK-12-T-0217 Mobile Decontamination Trailer This 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-58. The solicitation number for this requirement is W91ZLK-12-T-0217. This requirement has been deemed a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 336214, Travel Trailer and Camper Manufacturing, and the Small Business Size Standard 500 employees. The Government contemplates award of a Firm-Fixed Price purchase order under FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: One (1) Mobile Decontamination Trailer Equipment Overview: The mobile decontamination trailer will be used to support daily stockpile operations at chemical storage sites. It must include the following: Standard Options: Minimum 8'x20' Steel Frame Minimum Entrance/Exit Doors (2) Waste Tank 400 gallons or more with Sight Glass (Foam Insulated) Night Lighting for Doors Lockable Thermostat for A/C Aluminum Fresh Water Tank 235 gallons or more Step Assemblies with Handrails Minimum 5 year Warranty on Steel Frame Fresh Water Connection Wired for Baseboard Heat (to include interior electric baseboard heaters, heat strips line) Additional Options: Heat Trace " Brass Fittings Eye Wash Station Fold-up Porch Steps (2) Cold Weather Package Generator (At least 10KW) At a minimum, the trailer must include the following rooms: Equipment Room Shower Room Dirty Room Clean NOTES to Offerors: Offers shall submit equipment capabilities and standard warranty. Note the lead time or approximate delivery date. Acceptance shall be at destination. Shipping shall be FOB Destination to Pueblo Chemical Depot, Pueblo, CO 81006. The following provisions and clauses will be incorporated by reference: 52.209-6 protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items ADDENDUM to 52.212-4 52.211-6 Brand Name or Equal 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil SUBMISSION PROCEDURES: All questions must be submitted via email to Kirstin.b.hazlewood.civ@mail.mil by 5 p.m. Eastern Standard Time, Thursday May 24, 2012. Quotations must be signed, dated, and received by 2 p.m. Eastern Standard Time, Monday June 18, 2012, via email, to Kirstin.b.hazlewood.civ@mail.mil (preferred method), or via U.S. Mail at US Army Contracting Command- Aberdeen Proving Grounds, Installation Contracting Division, Attention Kirstin B. Hazlewood, 4118 Susquehanna Avenue, Aberdeen Proving Grounds, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) or the Online Representations and Certifications Application (ORCA), https://orca.bpn.gov, prior to award will NOT be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR For questions concerning this Request for Quotation, contact Kirstin B. Hazlewood, Contracting Specialist, via email at Kirstin.b.hazlewood.civ@mail.mil. NO TELEPHONE REQUESTS OR QUESTIONS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17574a29810abad75c3f2934dba1255a)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02740218-W 20120506/120505000034-17574a29810abad75c3f2934dba1255a (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.