Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

23 -- Custom 28 foot aluminum trailer

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
101976
 
Response Due
9/13/2006
 
Archive Date
9/28/2006
 
Small Business Set-Aside
Total Small Business
 
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 request for quote (RFQ); quotes are being requested and a written solicitation will not be issued. RFQ 101976 is issued through Federal Acquisition Circular 05-06. The NAICS code is 336214 Travel Trailer and Camper Manufacturing, and the small business size standard is 500 employees. This procurement is a 100% small business set aside. Overview of Requirement The United States Secret Service (USSS) has a requirement to purchase a custom 28 foot aluminum trailer. This must be delivered to Washington, DC 20223. The trailer must be American made. Delivery 180 days after receipt of order. Trailer requirements: **AXLES: TWO 7K TORSION **LENGTH: 28 FEET **WIDTH: 102 INCHES (EXTERIOR) **HEIGHT: 7.5 FEET (INTERIOR) **COLOR: GREY **COLOR: .050 ALUMINUM EXTERIOR (NO RIVETS OR SCREWS) **DOORS: RECESSED RAMP DOOR WITH TRANSITION FLAP AND CONTINUOUS HINGE **DOORS: 58 INCH WIDE RAMP/36 INCH RV TYPE HEAVY DUTY ENTRANCE DOOR WITH NO WINDOW ON RIGHT SIDE **DOORS: 4 FEET H X 8 FEET L CONCESSION DOOR ON RIGHT SIDE **WINDOWS: TWO 24 INCH X 18 INCH ON LEFT SIDE (SLIDING WITH SCREENS) **FLOOR: RUBBER, BLACK COIN (TRAILER AND RAMPS) **WALLS: WHITE 1/2 INCH PLYWOOD, BUBBLE FOIL INSULATED **CEILING: WHITE LUAN, BUBBLE FOIL INSULATED **TIE DOWN: FLOOR, RECESSED [S] AIRLINE 3 ROWS (FULL LENGTH) **TIE DOWN: WALL, RECESSED [S] AIRLINE 2 ROWS (FULL LENGTH) **POWER: 7KW ONAN GENERATOR, REMOTE START, WIRED, INSULATED COMPARTMENT WITH DOOR **POWER: 28 GALLON IN FRAME FUEL TANK FOR GENERATOR **POWER: SIX 110V AC OUTLETS **POWER: TWO 12V DC OUTLETS **POWER: SIX 48 INCH 110V FLUORESCENT LIGHTS **POWER: FOUR 12V DOME LIGHTS **POWER: FOUR 500W HALOGEN EXTERIOR LIGHTS, 2 ON RIGHT SIDE, 2 ON REAR **POWER: 12V BATTERY BOX, 12V 45A CHARGER WIRED AND INSTALLED **POWER: LED EXTERIOR LIGHTING **POWER: 50A SHORE POWER SWITCH, OUTLET AND 50 FOOT CORD, WIRED AND INSTALLED **POWER: ALL WIRING MUST BE ROUTED THROUGH RUBBER GROMMETS **WHEELS: ALUMINUM WITH 1 SPARE (SPARE MOUNTED IN FLOOR WELL WITH JACK AND LUG WRENCH) **HVAC: TWO 13,500 BTU ROOF AC UNITS WITH HEAT AND WALL MOUNTED THERMOSTAT **CABINETS: TWO 26 INCH 8 DRAWER TOOL CABINETS WITH BALL BEARING GUIDES (BUILT IN TO CABINETS) **CABINETS: 14 FEET OF WHITE ALUMINUM BASE CABINETS **CABINETS: 6 FEET OF WHITE ALUMINUM WALL CABINETS **CABINETS: ONE WHITE ALUMINUM 6 FOOT TALL BY 30 FOOT WIDE LOCKER TYPE CABINET **CABINETS: THREE WHITE ALUMINUM 24 INCH HIGH BY 8 FOOT LONG WALL CABINETS **TABLE: ONE 2 FOOT X 8 FOOT ALUMINUM FOLD UP WORK TABLE MOUNTED BELOW CONCESSION DOOR **STEP: ALUMINUM SLIDE OUT / IN STEP AT SIDE DOOR **JACK: FLIP DOWN STABILIZER **FRAME: ALL ALUMINUM CONSTRUCTION **FRAME: ALL ALUMINUM PERIMETER FRAME **FRAME: ALL ALUMINUM CROSS MEMBERS AND WALL SUPPORTS 16 INCH ON CENTER Format for Quote Pricing: the offeror shall provide a total price for the trailer which includes delivery to Washington, DC 20223. Contact information: The offeror shall provide the name, title, telephone number, fax number, and email address of the point of contact. Business information: The offeror shall provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS 315228. The Taxpayer Identification Number is necessary for electronic payment. Offeror must be in CCR for award, but may submit an offer prior to becoming active in CCR. Capability: For evaluation of capability, the offeror must provide descriptions, diagrams, pictures of offeror completed 28 foot aluminum trailers, brochures, etc. Evaluation Factors The Government intends to award a fixed price purchase order to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, capability, price and other factors considered. An award may be made to other than the lowest-price proposal received. The quote will be evaluated on their ability to meet the requirements listed above and Price. All responsible small business sources may submit a quotation which will be considered by the USSS. The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: FAR 25.001 Buy American Act FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) price; and 2) the capability of the services offered to meet the above stated salient characteristics FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items ** If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled the Buy America Act -- Supplies, the offeror shall so state and shall list the country of origin. Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. **By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment from any award resulting from this solicitation. **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotations are due by 5:00 pm EST on Wednesday September 13, 2006. Quotations must include all materials referenced here, and should be sent via email to Mishelle.Miller@usss.dhs.gov or via fax to 202-406-6801. For additional information or questions regarding this solicitation, contact Mishelle Miller before September 13, 2006. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: UNITED STATES
 
Record
SN01137534-W 20060910/060908220513 (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.