SOLICITATION NOTICE
23 -- 10 ft Full Booth Self Contained Camper 2 each
- Notice Date
- 8/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- F2W6A10166A001
- Archive Date
- 8/21/2010
- Point of Contact
- Linda L Redding, Phone: 406-731-4015, Alexnader E. Smith, Phone: 4067314677
- E-Mail Address
-
linda.redding@malmstrom.af.mil, alexander.smith.12@malmstrom.af.mil
(linda.redding@malmstrom.af.mil, alexander.smith.12@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION 10ft Full Booth Self Contained (FBSC) Camper 2 each MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W6A10166A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. (iv)This procurement is being set aside for 100% total small businesses under the NAICS code 336214 with a size standard of 500 employees. (v) CLIN 0001: Montana Ponderosa 10 ft. Full Booth Self Contained (FBSC) camper or equal. 10ft self contained pickup truck camper. The configuration and design of this camper is stated in the attached specifications. (2 each) (vi) Description of requirements: See section (v) (vii) Delivery shall be no later than 30 days after receipt of order. FOB: Destination at: 341 SFG 7800 Flightline Drive Bldg 129 Bay 4 MALMSTROM AFB, MT 59405 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet specifications. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of 30 July 10. IF YOUR ORCA IS NOT CURRENT AS OF 2 AUGUST 2010 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action's for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.222-50 Combating Trafficking in Persons 52.225-1 Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Request for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 Ombudsman (HQ AF Global Strike Command/A7K, 965 Twining Drive, Bldg 4565, Ste 102, Barksdale AFB, LA 71110-2415, (318) 456-6336.) 5352.223-9000 Elimination of ODS THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.211-6, Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.222-42 Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Automotive Worker - WG 8 $22.67 + $3.50 (End of Clause) 52.222-99 Notification of Employee Rights under the National Labor Relations Act. (a) During the term of this contract, the Contractor shall post a notice, f such size and in such form, and containing such content as prescribed by the Secretary of Labor, in conspicuous places in and about its plants and offices where employees covered by the National Labor Relations Act engage in activities relating to the performance of the contract, including all places where notices to employees are customarily posted both physically and electronically, in the languages employees speak, in accordance with 29 CFR 471.2 (d) and (f). (1) Physical posting of the employee notice shall be in conspicuous places in and about the Contractor's plants and offices so that the notice is prominent and readily seen by employees who are covered by the National Labor Relation At and engage in activities related to the performance of the contract. (2) If the Contractor customarily posts notices to employees electronically, then the Contractor shall also post the required notice electronically, then the Contractor shall also post the required notice electronically by displaying prominently, on any website that is maintained by the Contractor and is customarily used for notices to employees about terms and conditions of employment, a link to the Department of Labor's website that contains the full text of the poster. The link to the Department's website, as referenced in (b) (3) of this section, must read, "Important Notice about Employee Rights to Organize and Bargain Collectively with Their Employers." (b) This required notice, printed by the Department of Labor, may be- (1) Obtained from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5609, Washington, DC 20210, (202) 693-0123, or from any field office of the Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Provided by the Federal contracting agency, if requested; (3) Downloaded from the Office of Labor-Management Standards web site at www.dol.gov/olms/regs/compliance/EO13496; or (4) Reproduced and used [as] exact duplicate copies of the Department of Labor's official poster. (c) The required text of the Employee Notification referred to in this clause is located at Appendix A, Subpart A, 29 CFR part 471. (d) The Contractor shall comply with all provisions of the Employee Notice and related rules, regulations, and orders of the Secretary of Labor. (e) In the event that the Contractor does not comply with the requirements set forth in paragraphs (a) through (d) of this clause, this contract may be terminated or suspended in whole or in part, and the Contractor may be suspended or debarred in accordance with 29 CFR 471.14 and FAR Subpart 9.4. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 471, which implements E.O. 13496 or as otherwise provided by law. (f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (f), in every subcontract that exceeds $10,000 and will be performed wholly or partially in the United States, unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 3 of Executive Order 13496 of January 30, 2009, so that such provisions will be binding upon each subcontractor. (2) The Contractor shall not procure supplies or services in a way designed to avoid the applicability of Executive Order 13496 or this clause. (3) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for non compliance. (4) However, if the Contractor becomes involved in litigation with a subcontractor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interest of the United States. (End of Clause) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6 Authorized Deviations in Clauses. (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DOD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DOD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: Paying Office DODAAC: F03000; Issuing Office DODAAC: FA4626; Inspector's BPN: F2W6A1; Email addresses: Customer: david.foscue@malmstrom.af.mil Contracting Officer: linda.redding@malmstrom.af.mil Contract Administrator: alexander.smith.12@malmstrom.af.mil FSC: 2330 (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 12:00 PM MST, 6 Aug 2010. All quotes must be emailed to alexander.smith.12@malmstrom.af.mil or faxed to (406) 731-4005 to the attention of A1C Smith. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to A1C Smith at (406) 731-4677 or e-mail address alexander.smith.12@malmstrom.af.mil or Linda Redding at (406) 731-4015 or e-mail address linda.redding@malmstrom.af.mil. Attachments: 1. Specifications SPECIFICATIONS The following specifications and construction for 10 foot brand name or equal Ponderosa camper with over cab bunk for twin beds is required for purchase. Campers already configured and built to these specifications and construction are in service by this group currently. These campers are required to fit on Ford F-350 duellies or equal vehicle; offerors must submit floor plans with proposal. Required Electrical: • 110 volt load center with 30 amp main breaker 3-15 amp breakers and 1-20 amp breaker • 30 amp detachable marine power cord • 45 amp 12-volt converter battery charger • Onan generator or equal 2.5 KW Liquid Propane or equal. Operated, with automatic transfer switch, with remote switch and starter. Must run air conditioner. • Double battery compartment with 2- group 29 RV batteries • 12-volt lighting interior - bathroom, 2 in sleeping area, 2 on ceiling, 1 over counter, 1 closet lights • Exterior lighting- L.E.D clearance and directional lights. • 7-way male and female Bargman receptacle at back of camper. • Manual camper jacks • 12-volt systems disconnect. Required Appliances: • 4 cubic ft. refrigerator gas/electric Dometic or equal • 13500 B.T.U. Duo-therm air conditioner with heat strip • Dometic or equal RV microwave • AM/FM radio • Heat ducted (to basement, bathroom, bedroom and living area) with 20,000 BTU propane furnace-with 12-volt forced air blower. • 6 gallon D.S.I. (Direct Spark Ignition) Atwood liquid propane or equal. Water heater with bi-pass valves. Required Water system • 40 gallons fresh water • 44 gallons of holding capacity: 24 gallon gray 20 gallon black water. • Monitor system for battery condition, fresh and waste water holding tanks. • On demand water pump system. • RV toilet and sink • All water tanks fresh and gray/black in heated basement Exterior Requirements • Hard wall fiber glass siding • Walk on roof with T.P.O.(thermoplastic polyolefin) membrane overlapping the sides and rear of the camper. • Mirrored windows with front cab window • Entry door with screen door, tow window with privacy cover and dead bolt lock. • Locking outside access door to closet in bathroom • Swing out brackets for jacks • Heavy duty roof rack and ladder Interior Requirements • Thetford or equal peddle flush toilet with mirror in bathroom • Weapons locker with weapons rack and doors must be made to hold four (4) M-4's and be located within the bathroom area. • Storage closets for personal gear • 4-#30 Liquid Propane bottles with gauges • All vinyl coverings on seat cushions • Power fan in bathroom • Vent over dinette • Twin bed bunks in over cab sleeping quarters divided by a privacy curtain between the bunks • Sliding Privacy door to reduce sound in bunk being used. • Rear bumper with 3 or 4 steps as needed Required Construction • 2 inch braced and trussed front base construction • Cut lumber framing - no particle board • 2 inch x 3 inch roof frame bows, tapered for a domed roof • Cut lumber framed cabinetry and closets - no particle board • All paneling glued and stapled on framework • Cabinetry and closets assembled as an integral part of the camper frame • All frame joints fastened on both sides of every joint • Floor, counter-top and table - 7 ply ¾ inch void free exterior grade plywood • Over cab side wall nose - 7 ply ¾ inch void free plywood • Slant nose on over cab bunk • Floor framing in over cab bunk - 2 inch x 4 inch and 1 inch x 4 inch stringers running lengthwise of the camper • 3 ½ inch fiberglass insulation in roof of camper • 3 ½ inch fiberglass insulation in floor of over cab bunk • R-Max block foam insulation in walls, base and basement area • 3/8 inch plywood sheathing over the roof framework and under the TPO (thermoplastic polyolefin) roof membrane • Laminated residential grade Formica over ¾ inch void free plywood counter-top with ash hardwood edge molding • Ash hardwood trim on cabinet and closet doors with 3/8 inch center panels • 13/16 inch ash hardwood drawer faces over ¾ inch plywood drawer fronts with 3/8 inch plywood drawer sides on all drawers • White vinyl covered ceiling panels • Flat zinc plated steel camper tie down brackets wrapped over 4 inch side wall stringers • Seamless roto-molded polyethylene waste water holding tanks that run lengthwise of the camper in an insulated, heated basement (weight over the truck axle - not across the rear of the camper) • Open blocking and framing in the under floor area for heat circulation around the tanks with a cold air return to the furnace • All exterior moldings, seams, vents, windows, etc. are to be double sealed • ½ inch void free exterior grade plywood base construction sealed with black rubberized paint • Water lines of freeze damage resistant PEX(crosslinked polyethylene) tubing with flare-it fittings Additional Requirements: Side windows with back door window. The side windows can be no smaller than 48 inches wide and 17 ½ inches high. Window in the rear door is a typical door window. Installation of telescoping camera platform: must be able to fabricate and install telescoping camera platform for the thermal imaging camera. The Government must be able to raise and lower from inside the camper. The system has to have the capability to raise and lower by electrical means and manual (in case of no power). Vehicles will be delivered for install.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W6A10166A001/listing.html)
- Place of Performance
- Address: 341 SFG, 7800 Flightline Drive, Bldg 129 Bay 4, Malmstrom AFB MT 59405, Great Falls, Montana, 59405, United States
- Zip Code: 59405
- Zip Code: 59405
- Record
- SN02227746-W 20100805/100804000151-4d833e7796852562e4b8b9d3d48aee6a (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 |