Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

25 -- 34 Foot Aerial Lift Platform

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S2AA6103A100
 
Response Due
6/26/2006
 
Archive Date
7/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis solicitation for commercial items prepared in accordance with format in Sub-part 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation number is F1S2AA6103A100. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and DFARs Change Notice (DCN) 20060519. This acquisition is a 100% Small Business Set-Aside. North American Industry Classification System (NAICS) is 333923, Small Business size standard is 500 employees. All GSA and Non-GSA vendors are encouraged to participate in this solicitation. The requirement is to purchase 34 Foot Aerial Lift Platform to be mounted on a 2006 Chevrolet 3500 chassis and shall include the following: Materials, labor for installation, arm lift A-Tel 34, white, side hung bucket, all steel boom, 34 foot working height and 21 foot side reach, two speed hydraulic operation, engine start/stop at bucket base, gravity level bucket, 300 lbs bucket capacity, 19? x 7? x 5? deep tool tray, all wiring and hydraulic secured inside boom in stainless steel cat-trac, 720 degree non-continuous rotation with electric stop, manual emergency decent valve at base, 125 volt receptacle at bucket and base with GFI, combination gasoline powered generator/pump mounted on 24? tailshelf to run lifting platform; gasoline to be supplied from chassis fuel tank, 12 volt emergency backup at bucket and base, heavy duty level ride under frame torsion bar, provide and install Omaha standard utility body 108V with 24? tailshelf, shelving package, sealed beam tail lights, reinforced rear springs, all legal lights; reflectors and mudflaps, Ramsey Patriot 12,000 lbs electric winch on front with Ramsey Grill Guard mounting plate, auxiliary battery, 2? Square receiver hitch with ?D? rings and 7 wire electrical connector an rear of truck. Aerial lift should be painted white. Utility body shall be painted white to match truck. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://www.farsite.hill.af.mil TO REGISTER,GO TO URL: http://www.ccr.gov/. The following provisions and clauses apply: 52.212, Acquisition of Commercial Items Provisions and Clauses. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. To read the provisions and clause in full text go to http://www.farsite.hill.af.mil. Provision 52.212-1, Instructions to Offerors?commercial; clause 52.212-4, Contract Terms and Conditions?Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Execute Orders?Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Payment by Electronic Funds Transfer ?Central Contractor Registration; clause 52.212-2 Evaluation?Commercial Items, the following factor shall be used to evaluate offers: technically acceptable lowest price offer. Offerors must complete the provisions 52.212-3, Offeror Representations and Certifications?Commercial Items for the offer via the ORCA website: http://orca .bpn.gov/login.aspx. 52.222.41 Service Contract Act of 1965, as Amended; Statement of Equivalent Rates for Federal Hires. The following DFARS clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2000); 252.225-7001 Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Request; clause 252.225-7036, North American Free Trade Agreement Implementation Act. Offers are due at the 95th Air Base Wing, 95th Mission Support Group, 95th Contracting Squadron, 5 South Wolfe Avenue, Edwards AFB, CA 93524, on 26 Jun 06, at 1:00 PM, Pacific Standard Time. Fax or email transmission of quotes are preferred, Fax (661) 275-7875 or email to: leonila.marcelino@edwards.af.mil
 
Place of Performance
Address: Air Force Flight Test Center, Edwards Air Force Base, CA
Zip Code: 93524
Country: USA
 
Record
SN01060556-W 20060603/060601220634 (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.