Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2006 FBO #1522
SOLICITATION NOTICE

23 -- Featherlite Trailer P/N 4920-8632 or equal

Notice Date
1/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-PR0010154887
 
Response Due
1/24/2006
 
Archive Date
2/8/2006
 
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. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number is PR #10154887. The incorporated document provisions, and clauses are those in effect through Federal Acquisition Circular 2005-08 and Defense Acquisition Circular 20060123. The applicable NAICS code is 336212 with a size standard of 500 employees. The Government has a requirement to procure 1 each Enclosed Featherlite Trailer P/N 4920-8632 or equal that meets the following specifications: equipped with 8'6"X32'X6'6" drag base-the floor structure of the trailer must be aluminum, with 4" I beams, 12" centers, side post made of aluminum with hat post on 16" centers and aluminum roof bows on 24" centers with a .040 one piece aluminum skin from front to back. The A-Frame hitch of the trailer must be all aluminum. A 102?? width axle, double rivets on all seams with 4?? post on center, conspicuity tape, carrier spare tire, 2 5/16" couplers, light rear center stop/turn, flooring with .125 aluminum tread plate welded to the 4" I-beams, skid plate Featherlite P/N 6251, sheet white, hydraulic jacks on all four corners of the trailer welded into the frame of the trailer for leveling. Electric tongue jack lift capable of supporting 3,500 pounds, two 36" campers doors HD 2" double sealed located on the curb side, located forward of the axel, with a rotary latch to keep door shut and deadbolt lock. A 32"X21" double seal 2" door and rotary latch for the generator compartment with vent. Aluminum ladder to be mounted on the rear of the trailer, entire trailer must be .040 aluminum zip screwed walls with white lining on all side walls and ceiling. Power source 45AMP w/fuse panel, battery, and battery box power converter to be able to run the 12V lights in the trailer, fifteen (15) recept duplex 110V, located aft of the axel, with recept duplex GFCI to be up next to the roof rail in the rear one on each side corner, two (2) on the curb side and two (2) on the street side to be 15AMP twist plug, reinforcement between the roof bows for the A/C unit on the roof, expand extra height 6" total length of the trailer, nose is flat in leiu of radius, generator compartment is lined and insulated, two (2) 13,500 BTU A/C units w/chill chaser 110V, located in the front and rear, 3/4" R-3.75 beadboard sides, and 1?? beadboard for the ceiling. 24?? blue awning located on the curb side, 15,000 BTU A/C with heat to be placed in the middle of the trailer, 100AMP service with a 50AMP shore cord 35', three (3) roof vents crank type 14"X14" one (1) 3' on the center of the trailer and 3' from the front, one (1) in the center of the roof just in front of the front axle, one (1) in the center of the roof 4' from the rear of the trailer. One (1) 20.0KW Kohler diesel generator. These items shall be delivered FOB Destination to NAVAL AIR WARFARE CENTER AD (PAX), RECEIVING OFFICER, VILLA ROAD BLDG 8115 UNIT 11, ST. INIGOES MD, 20684-0010 by 21 April 2006. Contract award is expected to be 3 February 2006. The provisions and clauses contained in this solicitation can be viewed in full text at http://farsite.hill.af.mil. The provision at 52.212-2, Evaluation ?C Commercial Items (JAN 1999), applies to this procurement and the Government will award a contract resulting from this solicitation to the responsible offeror 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 (in descending order of importance): I. Technical Capability; II. Price. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAR 2005) applies and is incorporated by reference to this acquisition. Offerors shall complete the provision FAR 52.212-3 via the Online Representations and Certifications Apllication (ORCA) at http://orca.bpn.gov/login.aspx. If the offeror is unable to complete the Online Representations and Certifications Application, the Offeror shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Mar 2005) with its offeor. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (SEP 2005), is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2006) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (15) 52.222-19, Child Labor??Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849); (31) 52.232-33, Payment by Electronic Funds Transfer??Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor??s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212);(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The offeor shall complete a copy of the provision at 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (DEC 2005) applies and is incorporated by reference. (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (JUN 2005) (Alternate I) (APR 2003) (10 U.S.C. 2534 and Section 8099 of Public Law 104-61 and similar sections in subsequent DoD appropriations acts); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JUN 2005) ( Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note);252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227); 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (Alternate I) (MAR 2000) (Alternate II) (MAR 2000) (Alternate III) (MAY 2002)(10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note) (Apr 2003); 252.237-7019 Training for Contractor Personnel Interacting with Detainees (AUG 2005) (Section 1092 of Pub. L. 108-375); 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631).252.247-7024 Notification of Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631); and 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). The following clause is incorporated by reference 252.246-7000 Material Inspection and Receiving Report (MAR 2003). The following clauses are incorporated from the Department of Defense Acquisition Regulation Supplement (DFARS) current to DCN 20051220: The clause at 252.204-7004 Alt A (NOV 2003). All offers are due via e-mail to theresa.newbold@navy.mil or via fax to (301)995-8670 by 15:30 on Tuesday, January 31, 2006. All inquiries should be directed to the Contract Specialist, Theresa Newbold, via e-mail or via phone at 301-995-8892.
 
Record
SN00972254-W 20060126/060124212409 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.