MODIFICATION
81 -- Climate Controlled MILVANs
- Notice Date
- 9/16/2003
- Notice Type
- Modification
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-03-T-0057
- Response Due
- 9/19/2003
- Archive Date
- 10/4/2003
- Point of Contact
- Vernon Myers, Contract Specialist, Phone 910-432-7857, Fax 910-432-9345,
- E-Mail Address
-
myersv@soc.mil
- Description
- The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for the purchase of twenty (20) Climate Controlled MILVANS. 17(i). This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.5 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. 17(ii). The solicitation number USZA92-03-T-0057 is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The North American Industry Classification System Code (NAICS) is 423840. Size Standard is 500 employees. 17(iv). This requirement is unrestricted and all quotes will be evaluated against the stated criteria. 17(v). This action is to provide required equipment to US Army Special Operations Command at Fort Bragg, NC. 17(vi). The contractor shall provide the following equipment: The MILVANs must meet the following dimensions ? Length ? External: 20?, Internal: 19?4?, Door: 7?6?, Height - External: 8?6?, Internal: 7?8?, Door: 7?6?, Width - External: 8?0?, Internal: 7?6?. Square Footage ? 148 Square Feet. Cubic Footage Capacity ?1136 Cubic Feet. Empty Weight ? 5000 Ibs (approximate). The MILVAN must be able to be fitted with HVAC unit up to 24,000 BTU and Heating Units up to 17,000 BTU. The MILVAN must be able to be fitted with flourescent lights 32 watts or better. The MILVAN must be able to supply 60 AMPS, 230 Volts and 60 Hrz of electrical wiring. Quotes shall be submitted showing total purchase price per unit and delivery costs per unit. 17(vii) DELIVERY/ ACCEPTANCE: The contractor shall deliver the MILVANS to the Fort Bragg/Fayetteville, NC area ? address will be provided at the time of contract award. A government point of contact for coordination will be provided at the time of contract award. 17(viii). Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) are hereby incorporated by reference. 17(ix). Solicitation Provision FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) is hereby incorporated, with the following evaluation factors inserted in paragraph ?a? of the provision: ?Quotes will be evaluated as to technical specifications, past performance, delivery schedule and price.? Award will be made to the quote from a responsible bidder submitting an offer found to be most advantageous to the government, with technical specifications, past performance, delivery schedule being more important than price.? 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Jul 02) with their quote. 17(xi). Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 02) is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 02) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq), 52.203-6 Alt I, 52.222-26, 52.232-33, 52.247-64; 52.252-6 Authorized Deviations in Clauses. 17(xiii). Additionally, the following clauses are applicable to this solicitation, 52.230-3 Gratuities, 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarrred, Suspended, or Proposed for Debarment, 52.247-34 F.O.B. Destination, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration, 52.232.33 Payment by Electronic Funds Transfer ? Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference ? the clauses may be accessed electronically at : www.farsite.hill.af.mil. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). NA. 17(xvi). QUOTES DUE: Signed and dated quotes referencing the RFQ number USZA92-03-T-0057 must be submitted, no later than 0900 a.m. 19 September 2003, to MAJ Vernon Myers at FAX (910) 432-9345. Quotes shall include: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. All questions must be submitted in writing via fax or email. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. 17(xvii). The point of contact for this requirement is MAJ Vernon L. Myers, Contract Specialist at (910) 432-7857, e-mail myersv@soc.mil. The alternate point of contact for this requirement is Ms Karen Glass at (910) 432-6145. Answers to questions by various vendors are as follows: 1. Question: Is there a required or preferred color? Answer: Preference: OD Green. 2. Do you want us to quote new and/or used containers? Answer: Need to be new containers. 3. Are you interested in insulation with HVAC units? Answer: The requirement on the specification memo states that the containers need to be climate controlled with HVAC unit. Insulation is required to maintain a controlled climate. HVAC needs to be 240V, 60 AMP as specified in the specification memo. 4. Do these units need to be cargo worthy, wind /weather tight? Answer: YES ! 5. Will these units be traveling by sea? Answer: YES ! 6. Could you kindly confirm that this is for new insulated containers with A/C units? YES ! 7. We would also like to know what temperature should be kept inside the container and what heat is generated by equipment or stuff inside the container and what the maximum and minimum outside temperatures will be. Answer: A. Standard 62-78 degrees Fahrenheit; B. Equipment does not generate any heat. If the equipment is exposed to heat, then it will radiate that heat material dependent). C. Potential outside temperature ranges are as follows: CONUS: 0 to 115 degrees Fahrenheit on average (North Carolina)OCONUS: -20 to 150 degrees Fahrenheit on average (location dependent)
- Place of Performance
- Address: Fort Bragg, NC
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00435856-W 20030918/030916213441 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |