SOLICITATION NOTICE
83 -- Deployable Rapid Assembly Shelters (DRASH), Standard Integrated Command Post System (SICPS) Trailer Mounted Support System (TMSS) MEDIUM TAN
- Notice Date
- 1/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1792 12th Street, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- W90C3W93160600
- Response Due
- 1/13/2010
- Archive Date
- 7/12/2010
- Point of Contact
- Name: Kimberly Holt, Title: Contract Specialist, Phone: 7852399318, Fax: 7852395178
- E-Mail Address
-
kimberly.h.holt@us.army.mil;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W90C3W93160600 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 314912 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-01-13 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Riley, KS 66442 The USA ACA Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, DRASH (Deployable Rapid Assembly Shelters) Standard Integrated Command Post System (SICPS), Trailer Mounted Support System (TMSS). SICPS TMSS MEDIUM SHELTER SYSTEM:MX SHELTER W/ HP-2C/185(HMMWV Towable) SIZE: MEDIUMCOLOR: TANNational Stock Number (NSN): 8340-01-533-5344 (Medium Tan) SYSTEM, TMSS INCLUDES: ONE(1) TMSS HP-2C/185 trailer (sling load capable), 5 ton ECU with 407C refrigerant, 18Kw genset (with low temperature start feature), 2-15 long x 16 diameter supply and return ducts, trailer electrical kit, 1- Power Distribution Unit -PDU (ver 1), 1-25 cord, 5 connector sets, 6 Tactical Field Utility Furniture (TUFF) tables, two 2-fixture Drashlites with wiring package AND ONE (1) DRASH MX soft walled shelter. ADDITIONAL SPECIFICATIONS: The DRASH Shelter and UST Trailer design, SICPS TMSS Medium systems combine shelter, utilities, power, environmental control and tactical mobility to form a complete command operation center. Set up within minutes, the DRASH SICPS TMSS Medium provides more than 442 square feet of usable space, includes a 5 Ton ECU, and allows for the use of up to 18 kW of power. Systems are towable by military vehicles and tested to maintain temperatures in climates ranging from -50 to +131 F. The TMSS systems have undergone and passed extensive testing at the Army's Aberdeen Test Center. The basic DRASH design consists of a frame with two pre-attached covers and a ground cover. Setting up does not require special tools or dealing with loose parts. The pre-attached double layer of fabric provides a naturally temperature-controlled environment. The shelters frame is comprised of pairs of struts that connect at hubs. The DRASH Shelters extreme durability: Titanite, which makes up most of the shelters frame, have been independently tested to be 270 percent stronger than aluminum for the same diameter and cross sectional area. XYTEX is a specially coated fabric that is fire retardant, mildew resistant, water repellent and highly resistant to abrasion and ultra violet rays. DRASH Shelters have met or exceeded all requirements for rain, wind, temperature, durability, blackout and snowload at the Aberdeen Test Center (ATC) in Maryland. HP-2C/185 Trailer: The DRASH Utility Shelter Transport (UST) Trailer is an integrated support system designed to provide mobility, power, and/or environmental control to DRASH shelters. 16 gallon fuel tankSlingload6 channel steelHMMWV Runflat Tires ENVIRONMENTAL CONTROL UNIT (ECU): HP-2C/185The HP-2C/185 Trailer provides three primary features for the end user of a smaller DRASH shelter - cargo space, environmental control and power. It has a 77 cubic foot cargo area, includes a 16 gallon fuel tank and comes with an 18 kW Genset and 5 Ton ECU. 60,000 BTU/hr (cool)50,000 BTU/hr (heat)17,000 BTU/hr (pre heater) GENERATOR: 18kW (1.53 gph @ full load) MX SHELTER: 442 sq ftTotal System Weight: 4,155 lbs (w/full fuel); 338 lbs (tongue weight) HMMWV TOWABLE ***************Tested/Verified at Aberdeen Testing Center (ATC)***************, 2, EA; For this solicitation, USA ACA Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/04827edfc63b8828cd0d7e92aed6c47e)
- Place of Performance
- Address: Fort Riley, KS 66442
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02038444-W 20100110/100108235534-04827edfc63b8828cd0d7e92aed6c47e (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 |