Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
MODIFICATION

23 -- Storage/Utility Trailers

Notice Date
2/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 5 CONS, 211 Missile Ave, Minot AFB, North Dakota, 58705-5027
 
ZIP Code
58705-5027
 
Solicitation Number
F3C2AM0019A001
 
Archive Date
2/27/2010
 
Point of Contact
Desiree N. Flynn, Phone: 7017236367, Tiffany Draper, Phone: 701 723-4178
 
E-Mail Address
desiree.flynn@minot.af.mil, tiffany.draper@minot.af.mil
(desiree.flynn@minot.af.mil, tiffany.draper@minot.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Description: (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 being requested, and a written solicitation will not be issued. (ii) The solicitation number F3C2AM0019A001 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This acquisition is 100 percent set aside for Service Disabled Veteran Owned small businesses. The North American Industry Classification System (NAICS) code is 336214 with a size standard not to exceed 500 employees (v) Storage/Utility trailers, Brand Name: Interstate Trailers, Model I-820TA1, XLT or Equal 20 ft x 8 ft, 10 ea. See attached Request for Quotation. (vi) Each trailer shall include 1 ea. 32" door located on the right side toward front of trailer and 1 ea. barn style door on the back, and a radius front. The standard features for each trailer shall include a single rubber torsion axle w/22.5 degree up, 15" radial tires, safety chains, 6" I-beam frame, rear jack supports, front jack support, four 30" X 30" windows, 50 Amp elect panel w/cord & plug, and a 3/4" plywood floor. The optional/modification features required for each trailer are insulated ceilings, line ceiling and walls with white PVC, an adjustable pintle eye coupler, insulated floors, insulated doors, 2 ea. 4ft 110V baseboard heaters, 15K BTU ceiling-mounted Air Conditioner unit, 3 ea. 4ft 110V fluorescent lights (cold weather ballasts), 2 ea. wall switches, 4 ea. interior 110V outlets, a flush latch on curbside door, a solid divider wall (insulated) with walk through locking door (6.6ft from rear door). (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. The delivery date is to be NLT 15 March 2010. Description: (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 being requested, and a written solicitation will not be issued. (ii) The solicitation number F3C2AM0019A001 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This acquisition is 100 percent set aside for Service Disabled Veteran Owned small businesses. The North American Industry Classification System (NAICS) code is 336214 with a size standard not to exceed 500 employees (v) Storage/Utility trailers, Brand Name: Interstate Trailers, Model I-820TA1, XLT or Equal 20 ft x 8 ft, 10 ea. See attached Request for Quotation. (vi) Each trailer shall include 1 ea. 32" door located on the right side toward front of trailer and 1 ea. barn style door on the back, and a radius front. The standard features for each trailer shall include a single rubber torsion axle w/22.5 degree up, 15" radial tires, safety chains, 6" I-beam frame, rear jack supports, front jack support, four 30" X 30" windows, 50 Amp elect panel w/cord & plug, and a 3/4" plywood floor. The optional/modification features required for each trailer are insulated ceilings, line ceiling and walls with white PVC, an adjustable pintle eye coupler, insulated floors, insulated doors, 2 ea. 4ft 110V baseboard heaters, 15K BTU ceiling-mounted Air Conditioner unit, 3 ea. 4ft 110V fluorescent lights (cold weather ballasts), 2 ea. wall switches, 4 ea. interior 110V outlets, a flush latch on curbside door, a solid divider wall (insulated) with walk through locking door (6.6ft from rear door). (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. The delivery date is to be NLT 15 March 2010. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price 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 other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.219-8, 52.219-28, 52.222-3, 19, 21, 26, 35, 36, 37, 50, and 52.232-33. (xiii) The provision 52.211-16, Brand Name or Equal applies to this procurement. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 3:00 p.m. Central Standard Time on Friday, 12 February 2010. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to SSgt Anthony Bennett, 5 CONS/LGCB, 211 Missile Avenue, Minot, ND 58705, (701) 723-3970, or by email to anthony.bennett@minot.af.mil. The alternate contact is Tiffany Draper at (701) 723-4182 or email tiffany.draper@minot.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price 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 other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.219-8, 52.219-28, 52.222-3, 19, 21, 26, 35, 36, 37, 50, and 52.232-33. (xiii) The provision 52.211-16, Brand Name or Equal applies to this procurement. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 3:00 p.m. Central Standard Time on Friday, 12 February 2010. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to SSgt Anthony Bennett, 5 CONS/LGCB, 211 Missile Avenue, Minot, ND 58705, (701) 723-3970, or by email to anthony.bennett@minot.af.mil. The alternate contact is Tiffany Draper at (701) 723-4182 or email tiffany.draper@minot.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/5CONS/F3C2AM0019A001/listing.html)
 
Place of Performance
Address: Minot AFB, Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN02063037-W 20100212/100210235312-73695486608e6bc8f41ba2a9b8e05932 (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.