SOLICITATION NOTICE
23 -- Shelter Support Trailer includes Electrical Power, Heating and Cooling, and shelter/accessory stowage in a HMMWV tow able package. This Solicitation is unrestricted
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- ACA, Fort Riley, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W911RX-07-X-0005
- Response Due
- 9/12/2007
- Archive Date
- 11/11/2007
- Small Business Set-Aside
- N/A
- 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; Quotes are being requested and a written solicitation will not be issued. We have a requirement for seven (7) Shelter Support Trailers to be delivered to Fort Riley, KS by Oct 15, 2007. You may quote brand name or equal. If quoting equal, you must provide literatu re with your quote showing equal specification. If you quote equal, you must limit your literature with your quote to 4 MB. Their is one Contract Line Item Number. CLIN 0001 is for Seven (7) Shelter Support Trailers, NSN 8340-01-533-1697, with dimension s of 86 inches wide by 75 inches tall by 162 inches long. It has a 70 inch by 30 inch rear cargo deck and a 56 inch by 21 inch mid cargo deck. It will be equipped with a 3 cylinder turbo charged diesel that will drive a generator that will produce 120/208 VAC, 3 phase, 60 Hz and produce 96,000 BTU's/Hr of cooling or 46,000 Btu's/hour of heating. The operating environment for the units shall be -40 deg F to 125 deg F. The Fuel capacity shall be 55 gallons of Diesel, DL-1, DL-2, JP-5 and JP-8. The Fuel tank should be designed to maintain trailer weight and Tongue weight ratio as fuel is added. This unit will be certified as HMMWV towable by MAR CORSYSCOM, USMC. The unit must be internal C-130, C-141 transportable. Additional features required are Load Sharing Parallel operation, Hot Swappable, Automatic 10kW Load Banks, and wheels that are interchangeable with the HMMWWV. Each unit will also include easy attaching insulated air ducts, two built-in storage boxes, a quick connect aux fuel fittings for an external fuel source, and a minimum ground clearance of 15 and ? inches. . The Government contemplates award of a single contract resulting from this solicitation. Your price shall be FOB Destination, delivered and offloaded. Contract will be Firm Fixed Price (FFP). The Contractor will propose the delivery date in his quote to FORT RILEY, KANSAS 66442. The solicitation document and inco rporated provisions and clauses are those in effect through FAC 2005-19 Effective on August 17, 2007. This requirement is unrestricted. The applicable NAICS code is 333415 with a size standard of 750 personnel. Inspection and acceptance shall be at des tination. We prefer to make payment by Direct Deposit or other Electronic means. You must be registered in the CCR (Central Contractor Registration) (http://www.ccr.gov/) and in ORCA (Online Representations and Certifications Application https://orca.bpn.g ov/). Award shall be made to the best value; delivery date, technical, warranty, past performance and price quote. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.211-6, 5 2.212-1; 52-212-3 Alt 1, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-14, 52.218-28, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33), 52.216-27, and DFAR 252.212-7001, DFAR 252.225-7001, DFAR 252.232-7003, DFAR252.243-7002, DFAR 252.247-7023 ALT III, DFAR 252.204-7004, AFAR 5152.233-9000. Full text of these clauses may be found at http://farsite.hill.af.mil/cffara.htm or http://www.acqnet.gov/far/index.html. From the Defense Federal Acquisition Regulatio n Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM . The entire Combined Solicitation/Synopsis can be viewed at the Fort Riley Contracting website: http://www.riley.army.mil/Services/Fort/Contr acting.asp. Note included is Note 1. Your Quote and commercial literature, limit your literature with your quote to 4 MB, shall be submitted electronically to leonard.c.hume@us.army.mil no later than 14:00 PM CDT on 12 Sept 2007.
- Place of Performance
- Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
- Zip Code: 66442
- Country: US
- Zip Code: 66442
- Record
- SN01395581-W 20070907/070905221508 (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 |