SOLICITATION NOTICE
42 -- Fire Fighting Rescue Gear Storage Unit for Pickup Truck
- Notice Date
- 12/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F2V3036291A100
- Response Due
- 12/21/2006
- Archive Date
- 1/22/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6, 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. Refer to Request for Quotation F2V3036291A100. This procurement is 100% set-aside for small business. NAICS Code is 326199 and small business size standard is 500 or less employees. The 6th Contracting Squadron, MacDill AFB, FL has a requirement to procure a "drop in" style fire rescue storage unit similar to the Polybilt JakPak RescueTM (or approved equal in accordance with FAR Clause 52.211-6 Brand Name or Equal). This requirement includes all equipment, materials and installation labor. The drop in style unit is not intended to contain water or fire suppression chemicals. The drop in should be configured to allow the maximum practical storage capacity for fire fighting gear. The drop in unit will be used to store/protect high value Fire/Rescue Equipment carried on a 2006 Ford F350 with an 8ft bed. Vendor must include installation performance period and location with their quote. Price must include complete installation at Avon Park Air Force Range if vendor's installation facility is located more than 200 miles from Avon Park Air Force Range. The following information lists the most important physical and functional characteristics of the drop in unit: 1) Fabricated using high strength extruded copolymer material, impact resistant and corrosion resistant; 2) All seams welded as per ASTM Standards; 3) All outside corners on body shall have a minimum of one-half inch radius; 4) Entire body shall be a welded one piece module, assembled and painted prior to mounting on the sub frame and the chassis; 5) Paint color will be Ford Motor Paint #L2 with appropriate primers, clear coats and warranties; 6) Roll up style doors, standard size, lockable w/full width lift bars and have a natural aluminum brushed finish; 7) Five compartments, two compartment per side and one in rear; LEFT SIDE One (1) compartment ahead of the left side rear wheels, approximately 36" wide x 26" high x 23.50" deep. The door opening shall be approximately 32" wide x 20" high; One (1) compartment over the left side rear wheels, approximately 36 inch wide x 26 inch high x 23.50 inch deep. The door opening shall be approximately 32 inch wide x 20 inch high; One rear compartment 48 inch wide x 20.50 inch high x 75 inch long at the base of the unit, and 28 inch wide x 20 inch high x 75 inch long at top. The door opening shall be 24 inch wide x 38.25 inch high. RIGHT SIDE The right side shall mirror the left side. 8) Front transverse compartment, 3 C Channel runners; 9) The exterior wall shall also exhibit a 400 inch radius to give the unit cosmetic appeal to the radius of the pick up truck cab; 14) Weight should not exceed 800 pounds. The following clauses and provisions are incorporated and in effect through Federal Acquisition Circular 2005-10, applicable FAR and DFARS clauses are 52.212-1 (Addenda to paragraph (c) of this clause, offerors agree to hold prices firm for 60 calendar days from the date specified for receipt of offers.), 52.212-2, evaluation of offers shall be based upon price, conformance to physical characteristics and past performance. The government anticipates adequate competition to determine price fair and reasonableness. Past performance evaluation will be based upon any knowledge of substandard performance by the government on any of the offerors, 52.212-4, 52.212-5 (which incorporates by reference FAR 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-33, 52.222-41, 52.222-42), 52.232-18, 252,212-7000, 252.212-7001 (which incorporates by reference FAR 52.203-3, DFARS 252.225-7001 (which incorporates by reference FAR 52.203-3, DFARS 252.225-7001, 252.232-7003, 252.247-7023 Alt III), and AFFARS 5352.201-9101, the Ombudsman for HQs AMC is Mr Michael Jackson, michael.r.jackson@scott.af.mil , phone number 618-229-0267. Department of Labor Wage Determination No. 105-2125 (Revision #01) is incorporated by reference, Occupation Code 05110, Mobile Equipment Servicer, $17.16/hour plus $3.01/hour Health & Welfare contributed by the employer and Occupation Code 05310, Painter, Automotive, $19.80/hour plus $3.01/hour Health & Welfare contributed by the employer. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, utilize the on-line Reps and Certs website, https://orca.bpn.gov/ , with its offer. Funds are currently available for this procurement. Clauses and provisions are located at http://farsite.hill.af.mil. For additional information send an e-mail to Vincent.Pitts@macdill.af.mil. Offers are due 21 December 2006, 4:00 PM EST, send by e-mail to Vincent.Pitts@macdill.af.mil.
- Place of Performance
- Address: Building 43, 43 South Blvd,, Avon Park AFR, FL 33825, , , ,
- Zip Code: 33825
- Country: UNITED STATES
- Zip Code: 33825
- Record
- SN01196672-W 20061216/061214220918 (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 |