Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2008 FBO #2265
MODIFICATION

23 -- Utility Trailer Modification

Notice Date
2/6/2008
 
Notice Type
Modification
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-FM485272720064
 
Response Due
2/11/2008
 
Archive Date
3/31/2008
 
Point of Contact
Paul Sanders, Contract Specialist, Phone 702-652-9576, Fax 702-652-9570, - Richard Bush, Contract Specialist, Phone 702-652-9573, Fax 702-652-5405
 
E-Mail Address
paulw.sanders@nellis.af.mil, richard.bush2@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation replaces the previous posting on FBO (FA4861-08-Q-B003) due to it being posted incorrectly. EVALUATION CRITERIA: Award decision will be based upon the offer representing the best value to the government considering the following factors; price, delivery, technical capability, quality, design, warranty, etc. DESCRIPTION: This procurement is for engineering and installation of items inside of a trailer. The dual-axle trailer is already purchased and is on-site. Dimensions are: 19ft 6in x 5ft 10in x 7ft 7in. Trailer will be customized to operate off of electrical power source or generator power. Items that need to be supplied include: 1.Diesel generator which will supply power to 2 a/c and heat units, 5 outlets and exterior lighting. Must be diesel and mounted to trailer 2.Fuel tank to supply diesel to the generator. Mounted underneath. 3.2-3 step stairs leading to the side entrance. Preferably stow-away. 4.Whiteboard and dry erase markers/eraser. 5.Workbench. 6.Storage for chairs. 7.Interior and exterior lighting. 8.Stowable ramp in rear to load equipment and allow ease of entry for personnel. 9.Interior electrical outlets. 10.Table to hold computers, papers, maps etc. 11.Combo a/c and heat unit. Must withstand 24/7 operation 12.Linoleum to cover the entire floor of the trailer. 13.Shelving to house equipment. 14.Awning-manual deployment and retraction acceptable-does not require power. ***A site visit is scheduled for FEBRUARY 1, 2008 AT 10:00am. Attendance is not mandatory for offerors, but is highly recommended. For those offerors that attended the previous site visit on 17 Jan 08, attendance for the upcoming site visit is not necessary. Please submit registration request no later than 10:00am JANUARY 29, 2008 to access the military installation and allow for planning. Contact Senior Airman Paul Sanders via e-mail at paulw.sanders@nellis.af.mil to register for attendance no later than 29 JANUARY 2008 at 10:00am. You will be contacted once the contracting office has received your registration requests. Additional certifications No Ozone Depleting Certification (ODC) required ELECTRONIC INVOICING REQUIRED - PAYMENTS ARE MADE UTILIZING WIDE AREA WORKFLOW Quotes should be in the following format: price for each line item independently and total price for all line items combined. Please submit any accompanying documentation with quote. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Advance Pay; FAR 52.219-6, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law ? Breach Contract Claim; FAR 52.246-2, Inspection of Supplies ?Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submition Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your registration for the site visit and quotes to paulw.sanders@nellis.af.mil or you may fax them to the attention of SrA Paul Sanders at 702-652-9570. Please contact SrA Paul Sanders with any questions/concerns at 702-652-9576. Registration must be submitted on or before Tuesday, 29 January 2008 at 10:00am PST for the site visit. The due date for quotes will be decided at the site visit. ******************************************** THIS IS THE AMENDMENT: I received several questions regarding this trailer. These are the questions and answers to those questions: 1. The Number of Chairs to be stored and size/type of chair? Six (6) folding with back support. 2. Are the chairs to be supplied by the vendor? No. 3. Are there any pictures of the trailer that you have on site or the manufacturer of the trailer? Yes, pictures can be made available. 4. What are the specifications of the Trailer (axle loads/capacity)? Unknown at this time. 5. Is there a specific generator manufacturer? No. 6. Are there to be 2 AC/Heater units and are there any types that are preferred? Yes, but no preference type. 7. Are there to be leveling provisions for the trailer? No. 8. What are the environmental conditions that the trailer is to be used in? Trailer is for emergency response so it will be used whenever and wherever needed. 9. Is there any type of layout or configuration proposed for the trailer? There is no preference except to keep the weight of the supplies being stored inside and the weight of the addition that the winning bidder adds to the trailer balanced. 10. What are the equipment heat loads and power consumption? Unknown at this time. 11. What are the required/max occupants that the unit will have? Six (6) people. 12. Are there any other interior finishes that are preferred? Countertops that are easily cleaned and desert color interior paint. 13. Are there any exterior finishes that are required (additional paint)? Re-paint/Touch-up faded black trim. (Quote as an option only.) 14. Are modifications to be completed on-site or at our facility? At your facility. 15. Is the trailer a new unit or was used for another program? Used. 16. The command desk will hold four (4) computers. This is to be one full desk-not 2 separate desks. END OF MODIFICATION ********************************************* NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/99CONS/Reference-Number-FM485272720064/listing.html)
 
Place of Performance
Address: Nellis AFB, Nevada
Zip Code: 89191
Country: UNITED STATES
 
Record
SN01502373-F 20080208/080206234532 (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.