SOLICITATION NOTICE
59 -- Automatic Telescoping 100 Foot Antenna Mast Trailer Towers with Six Foot Shelters for the US Army Electronic Proving Ground, Fort Huachuca, AZ 85613
- Notice Date
- 4/14/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-08-R-EPGRIE
- Response Due
- 4/22/2008
- Point of Contact
- Carmen Simotti, 520-533-8189
- 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 solicitation; proposals are being requested and a written solicitation will not be issued. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 6 each; Automatic Telescoping 100 foot Antenna Mast Trailer Towers with 6 foot Shelters. Description: C130 compliant galvanized dual axle trailer with 4 wheel electric brakes, standard electric brake breakaway kit; 60 inch length x 76 inch width x 84 inch height shelter painted white; 100 foot crankup tower and storage box with trailer tool kit and the following items: Additional tail light (DOT required); Assembled guy kit consisting of 4 sets, total 12 guy cable assemblies of premade galvanized guys with storage pouches; Temporary anchor kit consisting of three 88DB1 Duck Bill anchors, a set of three ABCD-375 guy attachment plates and a DS-88 drive steel; Duck Bill ground anchor installation kit; Dual Obstruction Light Kit with 100 foot cord; 12V DC electric winch with control cable and cover for autotelecsoping up and down of antenna; 12 VDC Battery Pack; Spare tire mounted and locked; Trailer coupler lock; Dual 12V work lights on trailer with shelters and includes canvas cover; Co-ax reel, aluminum capacity 300 feet of 5/8 inch coax; 13,500 BTU A/C and Heat RV type; Single I/O port Roxtek; Telephone inlet and modular plug in shelter; Emergency interior lighting for shelter, battery operated; 10.0 KW generator complete quiet diesel fueled 24 hour tank with enclosure and electronic governor and manual transfer switch with canvas cover; 10 foot long 50 amp 36/4 wire shore power cord with twist lock connector; Complete Halo grounding system with 12-8GR grounding kit; Flashing emergency light; 120V 500 watt floodlight with 5 foot Telescoping pole; and Dri-Dek flooring for shelter. FOBDESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Tuesday, 22 April 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: Offers will be submitted in commercial quote format. The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The equipment must be deliver no later than 31 July 2008. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertainingto the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This is a total small business set-aside. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (Seeevaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor RegistrationNumber, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Termsand Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=99318888737cc7491f777f5cf831b15b&tab=core&_cview=1)
- Place of Performance
- Address: ACA, South Region, Electronic Proving Ground, Directorate of Contracting, Banister Hall, Bldg 56301, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613-7063
- Zip Code: 85613-7063
- Record
- SN01553403-W 20080416/080414215924-99318888737cc7491f777f5cf831b15b (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 |