SOLICITATION NOTICE
E -- HAZMAT TRAILERS
- Notice Date
- 9/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ132094
- Response Due
- 9/15/2004
- Archive Date
- 9/30/2004
- Point of Contact
- Gwendolyn Campbell, Contracting Officer, Phone 202-324-5287, Fax 202-324-5287,
- E-Mail Address
-
ppmsscgcu@fbi.gov
- 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. This solicitation is being issued as Request for Quotation (RFQ) 132094 and this number shall be referenced on all quotes. The RFQ is issued under Simplified Acquisition Procedures and is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 493110. The small business size standard is six (6) million. This will be a Brand Name or Equal Firm Fixed Price contract. If the items called for in the RFQ are identified as "brand name or equal" description the identification is intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that will satisfactory. Quotes offering "equal" roducts will be considered if such products are clearly identified in the quote and are determined by the FBI to meet fully the salient characteristic requirements of the products. Unless the vendors clearly indicate in their quotes that they are offering an equal product, quotes shall be considered as offering a brand name product. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001- 24. The Federal Bureau of Investigation, Laboratory Division, Hazardous Materials Response Unit (HMRU) have a requirement for twenty eight (28) trailers Brand Name: Wells Fargo 16' Express Wagon, Base Model - EW1624. Trailers must meet the following specifications: (1) Twenty-eight (28) trailers, identical; 10,000 lbs GVW; (2) 8' X 16' Aluminum (.030") pre-finished exterior with non-corrosive fasteners (Color: Black); (3) 6' 6" Inside height; (4) Translucent full-length roof; (5) Four (4) sidewall vents-Location to be supplied by customer; (6) Chassis fully undercoated with rust preventative coating; (7) 24" Aluminum Tread Plate Stone Guard; (8) Aluminum Tread Plate Fenders; (9) Rear Ramp Door-cam lock closure, spring assisted with 3/4" marine plywood & non-skid surface; (10) Interior floor covered with non-skid surface; (11) 36" Curbside door, cam lock; (12) Spare tire, ST225/75R15 w/6-bolt wheel; (13) External mount spare tire carrier with cover, Location: Trailer front wall; (14) Tandem, 5000 GVWR axles, 102" wide, with 4" drop mounting brackets, ST225/75R15 tires, 15" 6 bolt wheels; (15) Marine-Tec plywood floor, 3/4", painted gray & non-skid; (16) Interior Sidewalls covered with 1/4" lacuma plywood; (17) 12" Center cross-member spacing; (18) Interior recessed step; (19) 2 5/16" Positive-lock, top mounted ball coupler; (20) Heavy-duty jack and sand pad; (21) Electric brakes with breakaway battery; (22) 12 Volt electrical system with 7-pin trailer connector; (23) DOT Safety chains with hooks; (24) DOT Exterior lighting and reflectors - ALL LED lights; (25) One (1) 2 5/16" hitch ball; (26) One (1) Class IV (10,000 lbs) hitch ball mount (2" drop). Delivery: Due to operational needs of Field Hazardous Materials Response Teams, all trailers must be delivered in ninety (90) days from date of contract. The selected vendor will be provided specifics at time of award. Delivery will be to the following US cities FOB Destination: (1) Atlanta, GA; (2) Baltimore, MD; (3) Boston, MA; (4) Buffalo, NY; (5) Chicago, IL; (6) Dallas, TX; (7) Denver, CO; (8) Detroit, MI; (9) Houston, TX; (10) Kansas City, MO; (11) Los Angeles, CA - 2 Trailers to ship to this location ; (12) Louisville, KY; (13) Miami, FL; (14) Minneapolis, MN; (15) New Orleans, LA; (16) New York, NY; (17) Newark, NJ; (18) Norfolk, VA; (18) Philadelphia, PA; (19) Pittsburgh, PA; (20) Portland, OR; (21) Salt Lake City, UT; (22) San Diego, CA; (23) San Francisco, CA; (24) Seattle, WA; (25) Tampa, FL; ( 26) Washington, DC . The FBI must be contacted before shipping units to New Orleans, Kansas City, and Salt Lake City. These offices require special notification and will be unable to accept delivery without seventy-two (72) hour advance notification. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR 52.211-6 Brand Name or Equal. FAR Provision 52.212-1 Instructions to Offferors-Commercial Items (JAN 2004), FAR 52.212-2. Evaluation-Commercial Items (JAN 1999), FAR 52.213-3 Offerors Representations and Certifications Commercial Items (JUNE 2003). FAR 52.212-4 Contract Terms and Conditions- Commercial (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The awardee shall also be required to submit a completed Standard Form 3881, Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form in accordance with FAR clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). Offerors must provide their DUNS and TAX Identification Numbers. All FAR clauses and provisions may be obtained from the Federal Acquisition Regulation website address ttp://www.arnet.gov/far/. Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. Any questions pertaining to this solicitation shall be in writing and must be received by 4:00 p.m; EDT September 13, 2004. All quotes shall be on letterhead, accompanied by completed representations and certifications, clearly marked RFQ132094 and submitted to the address listed above not later than 4:00 p.m; September 15, 2004. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI Headquarters is routed to a off-site location first before being delivered to its final destination at FBI Headquarters. So therefore, allow enough time for delivery. Facsimile quotes will be accepted in accordance with FAR Provision 52.215-5 Facsimile Bids (OCT 1997). Facsimile quotes (202) 324-3491 must also be received by the date/time specified in this solicitation with hard copy to immediately follow in the mail. Only the facsimile quote needs to be date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212 (f) (JAN 2004). No telephone inquiries will be accepted. The Contracting Officer, Gwendolyn D. Campbell, may be contacted at (202) 324-5287.
- Place of Performance
- Address: Federal Bureau of Investigation, 935 Pennsylvania Avenue NW, Washington, DC
- Zip Code: 20535-0001
- Country: US
- Zip Code: 20535-0001
- Record
- SN00669711-W 20040912/040910211757 (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 |