Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
MODIFICATION

23 -- Custom cargo box trailer

Notice Date
7/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD15T0013
 
Response Due
8/10/2015
 
Archive Date
9/26/2015
 
Point of Contact
Christopher J. Field, 207-430-5930
 
E-Mail Address
USPFO for Maine
(christopher.j.field.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
28 JUL 2015: Responses to vendor posed questions will be posted periodically as solicitation period progresses. Response documents will be issued in cumulative format meaning successive response documents will include responses to previously posed questions. Vendors are asked to submit all questions to christopher.j.field.mil@mail.mil no later than noon (EST) on August 5, 2015 to allow time for final responses. --------------- (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotes (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number W912JD-15-T-0007. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This requirement is a 100% set-aside for Small Business. The applicable NAICS code is 336212 with a small business size standard of 500 employees. The non-manufacturer rule applies to this acquisition in accordance with SBA class waiver effective May 8, 2009. (v) Contract Line Item Numbers (CLINs) CLIN 0001: Survey Trailer (22 foot tandem-axle, flat-front trailer with 2 AC/Heater units, generator, and built-in cabinetry/workstations. OPTION CLIN 0002: Exterior flood lights per attached SOW and layout drawings. OPTION CLIN 0003: Emergency lighting per attached SOW and layout drawings. (vi) Description of requirement: Produce and deliver one customized box trailer with installed heating/air conditioning units and RV-type generator with optional equipment installation in accordance with attached Statement of Work (SOW) and draft sketches. To be considered responsive, vendors shall submit quotes for, product literature as warranted, and draft drawings describing the proposed trailer configuration and highlight significant deviations from draft sketches and/or specifications. The Government will accept quotes with proposed variations - subject to final Government technical approval. (vii) Please specify the approximate time it will take to produce deliver the equipment upon approval of final layout. Please make quote valid through 30 September 2015. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. (ix)The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Quotes will be evaluated on price and ability to meet specifications. The Government reserves the right to negotiate with the vendor(s) determined to provide the best value to the Government in terms of technical specifications and initial quote price to include optional equipment and cost to ship or pick-up the trailer, if deemed to be in the government's best interest. (x) The provisions at FAR52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or complete the annual representations and certifications at the System for Award Management (SAM) website. SAM must be current at time of Award. If SAM is not current at time of award, to include annual Representations and Certifications, quote will be considered non-responsive. (xi) The clause at FAR52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post-Award Small Business Program Representation 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer-System for Award Management 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.222-3Convict Labor 52.222-19Child Labor - Cooperation with Authorities and Remedies 52.222-36Equal Opportunity for Workers with Disabilities 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.217-5Evaluation of Options 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.203-7998 (DEV)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) 252.203-7999 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015Disclosure of Information to Litigation Support Contractors 252.223-7006Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7001Buy American and Balance of Payments Program 252.225-7031Secondary Arab Boycott of Israel 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.225-7036 Alt. IBuy American-Free Trade Agreements-Balance of Payments Program (Alternate I) THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT - SEE ATTACHED FULL TEXT CLAUSES AND PROVISIONS DOCUMENT: 52.252-2Clauses Incorporated by Reference 52.252-6Authorized Deviations in Clauses 252.209-7992 (DEV)Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION) 252.225-7000Buy American - Balance of Payments Program Certificate 252.232-7006 (Local) Deviation quote mark Wide Area Workflow Payment Instructions 252.225-7035 Alt. I Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate I) 252.211-7003Item Unique Identification and Valuation (xiv) DPAS Rating does not apply to this acquisition. (xv) Proposals are required to be received NO LATER THAN 12:00 PM, EST, MONDAY, 10 AUGUST 2015. All quotes must be emailed to christopher.j.field.mil@mail.mil. Please follow-up quote submission with a phone call if quote submission is not confirmed by email. Please make all quotes valid through 30 September 2015. (xvi) Direct your questions to Chris Field at (207) 430-5930 or e-mail address christopher.j.field.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD15T0013/listing.html)
 
Place of Performance
Address: USPFO for Maine Camp Keyes, Augusta ME
Zip Code: 04333-0032
 
Record
SN03813439-W 20150730/150728235909-532837218b3cf68094667dcc82024cf9 (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.