Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

23 -- UTV/Fire Skid/Trailer

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Air Force Test Center (AFTC) - Eglin, 308 W. D Ave., Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1S2AA9210A001
 
Archive Date
9/28/2019
 
Point of Contact
brock thomas peachee, Phone: 6612777707, Wendell W. Brown, Phone: 6612778590
 
E-Mail Address
brock.peachee@us.af.mil, wendell.brown.2@us.af.mil
(brock.peachee@us.af.mil, wendell.brown.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTATION: This is a requirement for the Fire Department, Edwards Air Force Base (AFB), CA. This combined synopsis/solicitation for commercial items is 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. This is a request for quote (RFQ). This solicitation also uses the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) proposal which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05; DFARS (DPN) 20190820, and AFFARS AFAC 2018-0525. NAICS is 336999 with a small business size standard of 1000 employees. PSC code is 2340. The Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking potential sources capable of providing the requirement identified in chart provide below. Award will be made to the lowest price, technically acceptable offer. This is an "All or None" acquisition, incomplete quotes will not be considered. Quotes shall state 30 day delivery time as estimated from after receipt of order (ARO). Offerors may use another format for submission of a response to this RFQ. All responses must contain the minimum information required as listed below. Item No. Description Qty Unit Unit Price Extended Price 0001 Wild land UTV Specifications: RP Red Warn Winch Package w/ Multi Mount, 4500lbs with Steel Cable and Remote RP HD Aluminum Roof RP Supergrit Texture Coating, Strike Components Only, Black RP Tactical Assault Bumper/Brush Guard, 2" Receiver, Strike D/D6 RP Modular Front Rack Assembly, Strike D/D6 RP Tactical Flatbed Assembly, High Payload, Multi-Purp Track Mounts/Tie Downs, 2" Receiver RP Tailgate HD, Standard, Strike D/D6 ELKA Stage 5 Performance UTV Shock Absorbers, High Payload Windshield, Hard coated Poly RP 27" 12-ply Run Flat Tires Multi Siren, EMS Lighting - Red/Blue Flashers, PA System BAJA 40" LED Light bar + Rear Cargo Lights + Dome Light Defender, Half Doors 1 EA $ $ 0002 UTV Fire Skid Requirements UTV Fire Skid Tank Specification: MTECH Poly Tough TM extrusion-welded Copolymer Polypropylene construction Capacity of 70 gallons of water 3/8" internal baffles with interlocking design to meet NFPA standards Pump suction plumbed to the center of the tank with anti-cavitation device 1-1/2" tank drain 4" vented fill tower Site tube to gauge water level Flange-mounted anchor points to secure the skid unit to the bed Mounting pad for hose reel Integral storage bin with hinged access panel Fixed EMS platform UTV Fire Skid Pump Specification : Honda GXH50 2.2hp engine with recoil start and low oil sensor with Koshin 1-1/2" self-priming centrifugal pump (61 PSI Max;73 GPM Max) 1-1/2" auxiliary suction (Koshin) 2" auxiliary suction (Waterax) 1" discharge 1" gated discharge to hose reel 2" gated tank to pump 1" gated pump to tank return / fill All plumbing to be of either composite polypropylene, brass, or stainless steel UTV Fire Skid Foam System Specification : End-of-line foam system, includes: Aerating nozzle ¼ turn end-of-line shut-off UTV Fire Skid Hose and Associated Hardware Specification: 3/4" X 100' of rubber booster hose Hannay manual rewind hose reel Nozzle Options: Max 8 GPM brass bulls-eye with 1/4-turn shut off Max 15 GPM D-ring fire-style nozzle Max 18 GPM Vari-Nozzle 10-23 GPM Viper Nozzle Pistol grip bale shut off UTV Fire Skid Weight Specification: Dry weight, Koshin SEH-40H and manual hose reel: 346 lbs. Wet weight, Koshin SEH-40H and manual hose reel: 930 lbs. Dry weight, Waterax Versax 6 and manual hose reel: 376 lbs. Wet weight, Waterax Versax 6 and manual hose reel: 960 lbs. Additional weight per component: Electric hose reel: 30 lbs. Around-the-Pump Foam o 2.5-gallon Dry Weight: 7 lbs. Wet Weight: 28 lbs. 5-gallon  Dry Weight: 11 lbs. Wet Weight: 53 lbs. UTV Fire Skid Specification for Dimensions End view: 38"x47 5/8" x 20.5" Top view: 55.5" Side view:38" x55" 1 EA $ $ 0003 7X14 Aluminum Trailer Specifications: Overall Length 17'7" Width 102" Height 95" Interior Length 14'3" Interior Width 81" Interior Height 72" Platform Height 21" Rear Opening Ht. 66" Rear Opening Wd. 76 1/2" Hitch Ball Height 19" Hitch Ball Size 2 5/16" Brakes 4-Wheel Electric Brakes GVWR 7000# Hitch Weight 240# Curb Weight 2000# Payload Capacity 5000# Tires ST205/75R15 Wheels E-COAT Frame TUBE Floor 3/4" Sidewalls High Performance Tail Lights LED Clearance Lights LED Dome Light 2 Switch 2 LED Dome Lights w/ Switch Sidewall Vents 2 Stone Guard 24" Side Door 32" Rear Door DOUBLE /RAMP Sand Pad STD Side Posts 16" OC Roof Bows 24" OC Cross members 16" OC Axles SPRING EZ Lube YES Undercoat Automotive 1 EA $ $ Total Amount: $ Award shall be made in the aggregate, all or none. To be considered for award, offers must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by brand name (if any), and Make or model number. Include descriptive literature available to the Contracting Officer and clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. EVALUATION CRITERIA: Evaluation of quotations will be completed in accordance with FAR 13.106-2. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offerors or whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. Technically acceptable offers shall meet all requirements in the above Government's Statement of Requirement. Interested parties who believe they can meet all of the requirements for the items described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. The Offers are due by 13 September 2019 at 4:00 pm Pacific Standard Time (PST) via E-mail to Brock Peachee at brock.peachee@us.af.mil ; Wendell W. Brown at wendell.brown.2@us.af.mil. No late submissions will be accepted. For additional information regarding this solicitation contact: Primary Point of Contact : Brock Peachee, Contract Specialist brock.peachee @us.af.mil Phone: (661) -277-7707 Secondary Point of Contact: Wendell W. Brown, Jr., Contracting Officer wendell.brown.2@us.af.mil Phone: (661) 277-8590 PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: (Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil ). 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-10 Prohibition in Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-3 Offeror Representations and Certifications -- Commercial Items (NOV 2017) 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (NOV 2017) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representations (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (FEB 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunities for Workers with Disabilities (SEP 2016) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998 52.252-2 Clauses Incorporated by Reference (FEB 1998). 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.225-7000 Buy American - Balance of Payments Program Certificate Alt I (NOV 2014) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 5352.201-9101 Ombudsmen (JUN 2016)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S2AA9210A001/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave., Ewards Air Force Base, California, 93560, United States
Zip Code: 93560
 
Record
SN05438360-W 20190912/190910231119-46dd5038569f6dc41f9e53029689d1c3 (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.