Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
DOCUMENT

23 -- (C) 575 Rapid Response Trailer - Attachment

Notice Date
7/18/2016
 
Notice Type
Attachment
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25916Q0392
 
Response Due
7/21/2016
 
Archive Date
8/5/2016
 
Point of Contact
Brooke Barker
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1.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; quotes are being requested and a written solicitation will not be issued. 2.The solicitation number is: VA259-16-Q-0392, and it is issued as a request for quotation (RFQ). 3.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-2. 4.This solicitation is issued for SDVOSB vendors. Vendor shall be verified and visible on https://www.vip.vetbiz.gov/ as a SDVOSB at the time of quote submittal AND at time of award. 5.All items must be new. Contract Line Items: ITEMDESCRIPTIONQTY. 000116' x 32.5' XP shelter with carry bags, one-piece insulation liner, air distribution plenum, anchor kit, and spares/repair kit. ***See specifications below on page 4 ***1 EA 6.Delivery (FOB Destination) Department of Veterans Affairs Grand Junction VA Medical Center Attn.: warehouse 2121 North Ave Grand Junction, CO 81501 7.The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. 8.The provision at 52.212-2, Evaluation - Commercial Items, does not apply to this acquisition. Evaluation will be made by LPTA. 9.Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. 10.The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 11.The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. 12.Any additional contract requirements or terms and conditions: FAR 52.203-99, FAR52.204-16, FAR 52.204-18, FAR 52.232-40, VAAR 852.203-70, VAAR 852.211-70, VAAR 852.219-10, VAAR 852.232-72, VAAR 852.246-70, VAAR 852.246-71. All Contractors must be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/. 13.Vendor shall be verified and visible on https://www.vip.vetbiz.gov/ as a SDVOSB at the time of quote submittal AND at time of award. 14.The Defense Priorities and Allocations System (DPAS) does not apply. 15.Date and Time offers are due: July 22, 2016 by COB to brooke.barker@va.gov. 16.Name and telephone number of the individual to contact for information regarding the solicitation: Brooke Barker Contract Specialist Brooke.barker@va.gov Specifications 1.Maximum size: 16'W x 32.5'L x 8'H 2.Maximum weight: 825 lbs. (without lighting/electrical kit) 3.Maximum packed dimensions: 96" x 36" x 33" (68 cubic feet) in carry bags 4.Shelter must be an aluminum frame, free-span type tent with no poles in the center of the tent 5.Cover and end panels must be made from at least 15oz Mil-Spec vinyl. The fabric must be certified to Mil-PRF-44103D 6.Cover and end panels must be pre-attached to each other to speed assembly, but also able to be separated from each other if any of the three sections (cover, front end panel, back end panel) are damaged and need to be replaced 7.Shelter must include at least two 4' x 7' entries; one per each end panel 8.Shelter must include at least four insulated 30" x 42" windows per shelter (2 per end panel) 9.Shelter must include at least two sets of 18" diameter ECU/HVAC ports per shelter 10.Each end wall must have a double layer construction (outer and inner vinyl material) 11.Each end wall must have a connector flap to attach to a 7'W x 9'H vestibule 12.Shelter must include at a minimum 28oz non-slip Mil-Spec vinyl floor. The floor must be completely removable and replaceable while the shelter is erected and anchored to the ground 13.Shelter must be designed to allow one shelter to attach to another shelter of the same width and height in an end-to-end fashion to meet any future changes 14.Shelter is required to have been successfully tested to withstand a 15-pound per square foot snow load 15.Shelter is required to have been successfully tested to withstand a sustained wind speed of 80 MPH with 100 MPH gusts 16.Shelter must include a complete instruction manual, including parts list and top-level drawings 17.Shelter must include set of shelter carry bags constructed of heavy-duty fabric, each with four handles for ease of transport and secured by friction-buckled webbing straps 18.Interior shelter electrical system with 24 outlets 19.Ten shatterproof fluorescent lights 20.15 kW diesel generator, 208 volt, 3-phase with 60 gallon fuel tank mounted in 14" tandem-axel storage trailer with electrical brakes and spare tire 21.Shelter must be heated and cooled by an Environmental Control System (ECU), or otherwise known as a Heating/Ventilation/Air Conditioning (HVAC) unit. The ECU must meet the following specifications: a.2.5-ton capacity with supply and return air ducts with a spare parts kit b.30,000 BTUs of cooling c.8 kW heat strips d.Static pressure: 1" minimum e.Air flow: at least 1100 cubic feet per minute minimum f.Maximum dimensions: 41.75"D x 34.38"W x 24.38"H g.Maximum weight: 360 lbs. h.At least two 12" diameter x 36" long insulated ducts i.Minimum 25 ft., 60 amp power cable j.R407C refrigerant or equivalent k.Must include a hot gas by-pass valve l.Wheel kit for 2.5 ton ECU 22.Shelter must include a 5-year non-prorated warranty
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916Q0392/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-Q-0392 A00001 VA259-16-Q-0392 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2879221&FileName=VA259-16-Q-0392-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2879221&FileName=VA259-16-Q-0392-A00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Grand Junction VA Medical Center;2121 North Ave;attn: warehouse;Grand Junction, CO 81501
Zip Code: 81501
 
Record
SN04186679-W 20160720/160718234949-5ff5c7bed2662070629ce869ccc73391 (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.