Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
MODIFICATION

23 -- **Updated**Emergency Response Trailer - Amendment 1

Notice Date
9/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3V29179A001
 
Archive Date
10/10/2009
 
Point of Contact
Susan R. Reinhart, Phone: 8439635159, Robert R. Melton, Phone: 8439635157
 
E-Mail Address
susan.reinhart@charleston.af.mil, robert.melton-02@charleston.af.mil
(susan.reinhart@charleston.af.mil, robert.melton-02@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Vector File for the vinyl sign Request For Quote. Please complete and return along with a copy of the specs of the trailer. COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3V29179A001 and is being issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, Dated August 11th, 2009. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 336214 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote for an Emergency Search and Recovery Trailer. The trailer will be used for contingency recovery of human remains. The front portion of the trailer will serve as a field office and will need to be climate controlled. The back portion must be refrigerated and will store materials, supplies, and human remains when necessary. Front and rear portions of the trailer shall be lighted. The trailer must be ready to accept generator power. The trailer must have the following minimum characteristics: 1)Minimum overall Interior Dimensions must be 7’ wide and 6.5’ tall and 16’ long 2)Rear ramp door 3)Side personnel door with window 4)Spare Tire with exterior mount 5)(2) – 110 volt interior duplex receptacles in front portion of trailer 6)(2) – GFI exterior duplex receptacles one on either side of trailer 7)(2) – 110 volt wall switches (1 in front, 1 in rear) 8) Floor must be lined with durable material to withstand loading and unloading of transfer cases. 9)The entire interior must be lined to ensure proper cleaning and sanitization with minimum seams or gaps. 10) 42 lineal feet of hinged metal shelving with ˝” lip running along both sides of the rear portion of the trailer. (6 shelves- maximum of 7’ long and 18” deep). The shelving must fold flat against the body of the trailer when not in use. 11) (6) – Vertical mounted E-tracks to anchor tie downs in rear portion. (3 on each side) 12) Refrigerated rear portion must be able to keep consistent temperature at no more than 43 degrees Fahrenheit 13)Rear portion must be large enough to house at least three stacked transfer cases (2’4”Wx1’6”Hx7’4”L) and accommodate the shelves listed above with space for personnel movement in between 14)Front portion must be a minimum of 38 square feet with a built in desk area 15) (2) - Approximately 2’ x 4’ vinyl signs for each side of trailer (see attached vector file) 16)Must be a ball/receiver type trailer 17)The maximum payload of the trailer is expected to be 3-4 thousand pounds Please quote a gas powered generator separately (see attached RFQ). The deadline for questions pertaining to this solicitation is Tuesday 22 September 2009 after which no more questions will be answered. All responsible sources may submit a proposal, which shall be considered. (vi) The requested item must be delivered within 60 calendar days of award of contract. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii) FAR 52.212-2 Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. Technical capability is significantly more important than price. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at 52.212-4 Contract Terms and Condition—Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. •DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report (xiii) Defense Priorities and Allocation System (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday 25 September 2009 no later than 10:00 AM Eastern Standard Time. Requests shall be marked with solicitation number FIM3V29179A001. (xv) Address questions to Susan Reinhart, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email susan.reinhart@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3V29179A001/listing.html)
 
Place of Performance
Address: Deliver to Charleston AFB, Charleston AFB, South Carolina, 29437, United States
Zip Code: 29437
 
Record
SN01962793-W 20090921/090919234405-e043f1df324ac29e48d815990818949f (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.