Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOLICITATION NOTICE

23 -- Twenty-four (24) ft by eight (8) ft Portable Trailer

Notice Date
3/2/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN065
 
Point of Contact
David Felling 757-396-8880 Sharon Tapler 757-396-8363
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-09-T-N065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30 and DFARS Change Notice 2009-0115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. This acquisition will be a 100% Small Business Set-Aside; the North American Industry Classif! ication System (NAICS) code is 336212 and the Small Business Standard is 500 employees. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources capable of providing: Item 0001) twenty-four (24) ft by eight (8) ft Portable Trailer (1) each includes the following: 1. Minimum 20' Wide Body2. Minimum 8 ft. Body Width 3. Flush Floor -No Wheel boxes, Mud flaps4. 2 5/16" Adjustable Height Coupler (20,000 lb Gross Vehicle Weight Capacity)5. 3/8" D.O.T. Compliant Safety Chains 6. Double Pull Out steps7. 1 ea. Door, R.H. 32"Wide x 80"High8. ROLL UP REAR DOOR: Opening: 82 1/4"W x 80"H9. 2 pr. Stabilizer Jacks 10. 4 ea. Load Range "H" Radial Tire Mounted on an 8 Bolt Conventional Wheel11. Chassis Fully Undercoated with CPC (Corrosion Preventative Compound)12. 7' 6" Inside Height, 84 3/4" Vertical Posts Located on 16" Centers14. 1 ea. Heavy Duty Roadside Awning - Max Size: 8' High x 16' Long (For Access Directly into trailer on LS)15. Chassis Fully Undercoated with Rust Preventative Compound)16. 30" x 26" Radius Tinted Glass Horizontal Slider Window***RS LOCATION TO BE DETERMINED17. 1 pr. 200lb Power Assist Gas Awning Rods for Heavy Duty Awnings18. 2 ' Deep Wall Studs on 16" Centers w/ R11 Fiberglass Insulation 19. 3/8" Plywood Interior Sidewall Liner20. Full Width Ceiling Lined with White Kemlite Covered 1/4" Plywood Contoured to Roof Radius (Includes Lining End Caps)21. Fiberglass Ceiling Insulation22. Laminated Permanent Inside Counter - 8' Long x 24" Wide; White23. 18" High x 18" Deep Overhead Cabinet / Locate Entire Length of Front Wall (start 6' from ceiling) 24. 1 ea. 480 Volt Electrical System Consisting Of: One 50 Amp 277/480 3 Phase 4 Wire 25ft Shoreline power cord One 50 Amp 277/480 Volt 3 Phase 4 Wire Panel One 15 Kva 480-120/208 Volt 3 Phase 4 Wire Transformer One 50 Amp 120/208 Volt 3 Phase 4 Wire Panel Ten 30Amp 480 Volt 2 Pole 3 Wire Ground Receptacles Ten 30Amp 480 Volt 2 Pole 3 Wire Cord Caps25. 3 ea. 15 Amp, 120 Volt Wall Receptacles26.1 ea. Interior Wall Switch for 120 Volt Electric27. 4 ea. 4Ft. Double Fluorescent Light Fixture with Diffuser Cover and Cold Weather 0 Degree Ballast 28. 4 ft 120 Volt, 1000 Watt, 4Ft Long Baseboard Heater with Thermostat (Locate centered floor under front counter)29. 1 ea. 120 Volt, 15,000 BTU Roof Mounted Air Conditioner with 5600 BTU Heat Strip. Locate Center of trailer.30..030 Prefinished White Smooth Exterior Aluminum Installed Vertically with Non-Corrosive Mechanical Fasteners31. D.O.T. 'A' Frame Mounted 22 Amp Hour UI Series Battery, 1 Breakaway Switch, Aluminum Mounting Bracket, Cover, Battery "Charge" Indicator, and Diode Isolation. 32. 6 Stud Spare Tire Mounting Bracket, mounted to Exterior front.33. 10 ea. Phoenix Dry Rod Oven Type 300/240/480SST Wired for 480. To be provided and installed by dealer, with back of ovens accessible from L/S awning.34. 2 ea. 10 Drawer Filing Cabinets/ Drawer size = 15 " x 18 " x 4" / Overall size 17 7/8" x 20" x 53 3/8"35. Camlocks on incoming Shore Power: Cooper Industries Inc. Part# E1016-1600, E1016-1605 and E1016-1602 or Equal36. Transfer Switch to transfer from Shore Power to Diesel Generator.37. Diesel generator capable of supplying power for a minimum of 6 ovens at a time, lights, and computer.38. Sprinkler System 2 head partial wet system. Includes backflow assembly, flow switch, 1 outside bell, drain line and valve, galvanized piping, fitting and hangers, 1 1/2" brass hydrant fill mounted on front wall roadside. NOTE: TRAILER MUST MEET ALL D.O.T. REQUIREMENTS Delivery is 9 weeks ARO. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The anticipated contract will be firm fixed-price. The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offer. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurem! ent are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001 Buy American Act and Balance of Payment Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area Workflow System at https://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Contractors are asked to submit their TAX ID number DUNS number and CAGE code with their proposal. This announcement will close at 2:00 PM EST on Thursday 03/12/09. Contact is David Felling who can be reached at 757-396-8880 or via email at david.felling@navy.mil. A secondary Point of Contact is Sharon Tapler, who can be reached at (757) 396-8363, or via email at sharon.tapler@navy.mil. A determination by the Government to not compete this proposed effort on a full and open comp! etitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and the ability to meet the minimum specifications. Central Contractor Registration (CCR), quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. METHOD OF PROPOSAL SUBMISSION: email to david.felling@navy.mil or fax offers to 757-396-8017, proposals over 10 pages will not be accepted via facsimile. All quotes shall include price(s), FOB Destination, a point of contact, name, phone number and email address, GSA contract number if applicable, business size, and pay! ment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ccbcb748a63264e320b35f78cab58f1c&tab=core&_cview=1)
 
Record
SN01759723-W 20090304/090302215117-a082414fbe0a11ceea96dfc8662a9dcf (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.