Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

58 -- Fiber Splicing Trailer

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-10-T-0040
 
Response Due
9/8/2010
 
Archive Date
11/7/2010
 
Point of Contact
Erica Tupper, 812-526-1738
 
E-Mail Address
USPFO for Indiana
(erica.tupper@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 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. Solicitation number: W912L9-10-T-0040 Notice Type: Combined Synopsis/Solicitation Synopsis: The following commercial items are needed: Fiber Optic Splice Trailer 8x12x7. The offers received will be evaluated by a best value determination. Items can be brand name or equal. If quoting an equal to item(s), it is the vendors responsibility to provide written literature proving compatibility. Item: 1.FOM-TRAILER-3 Splice Trailer - 8' X 12' X 7' QTY 1 Description: 2010 8'x12'x7' FIBER OPTIC SPLICING TRAILER with ALUMINUM FRAME W/FRP COMPOSITE BODY (COLOR:WHITE) 2 3500# DEXTER TORSION AXLES W/ELECTRIC BRAKES 4 TIRE ST205/75R15 W/STEEL WHEELS 1 ADJUSTABLE TONGUE MOUNTED JACK 1 2 5/16 inch HITCH COUPLER 2 SAFETY TOW CHAINS 4 5000# SCISSOR JACKS 1 BATTERY W/BREAKAWAY 1 LED EXTERIOR DOT LIGHTING 1 CURBSIDE ENTRANCE DOOR W/SCREEN 1 CURBSIDE ENTRANCE STEP 1 REAR ENTRANCE DOOR W/SCREEN 1 REAR STEP BUMPER 2 SIDE WINDOWS W/SCREENS 2 ROOF MOUNTED UTILITY STROBE LIGHTS 1 POWER ROOF VENT 1 ROOF MOUNTED 13500 BTU A/C W/HEAT STRIP 2 HEAVY DUTY CABLE ACCESS DOORS 2 EXTERIOR PORCH LIGHTS 1 EXTERIOR SHIP TO SHORE PLUG W/30' CORD 1 EXTERIOR 110V GFI RECEPT 2 EXTERIOR 500W HALOGEN FLOOD LAMPS 1 ELASTOMERIC SPRAY ON INTERIOR FLOORING 5 110V WALL MOUNTED ELECTRIC RECEPTS. 1 12V RECEPT. PLUG 1 120V WALL MOUNTED FORCED AIR HEATER 1 WALL MOUNTED CO2 DETECTOR 1 WALL MOUNTED FIRE EXTINGUISHER 1 50 AMP POWER CONVERTOR 4 48 inch CEILING MOUNTED FLOURESCENT LIGHTS 2 12V INTERIOR DOME LIGHTS 1 OVERHEAD CABINET STREETSIDE W/2 DOORS 3 ALUM. BASE CABINETS STREETSIDE W/5 DOORS AND 1 DRAWER 1 STREETSIDE LAMINATED COUNTER TOP W/SPLICING HOLE 1 ADJUSTABLE SPLICING COUNTER 1 CURBSIDE LAMINATED COUNTER TOP 1 12V KILL SWITCH 1 COMMERCIAL ONAN GENERATOR W/INTERIOR REMOTE START AND AUTO TRANSFER 1 18 GAL. FUEL TANK W/INTERIOR FUEL GAUGE Shipping Information: FOB: USPFO for Indiana Attn: Rusty Pearce Warehouse 2002 South Holt Rd Indianapolis, IN 46241 **Delivery shall be made 30 days after contract award. This requirement is being advertised as a 100% small business set-aside; the North American Industry Classification System (NAICS) Code is 335921. All responsible sources may submit an offer, which shall be considered by the Agency. The winning vendor will be required to be registered in CCR (Central Contractor Registry). Lack of registration in CCR will make an Offeror ineligible for award. A Firm-Fixed-Price purchase order will be issued in writing. Payment: Payment by Wide Area Work Flow. Contractors using WAWF must register online at https://wawf.eb.mil You can find more information on WAWF and the registration process on the WAWF training site; http://www.wawftraining.com The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial; and 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I applies to this solicitation. The following clauses apply to this solicitation and resulting award: FAR 52.204-7, Central Contractor registration; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; 52.219-6, Notice of Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil POC: Erica Tupper Questions pertaining to this RFP should be emailed to erica.tupper@us.army.mil Quotes are due in this office no later than Wednesday, September 8, at 3 p.m. EST. Quotes should be e-mailed to erica.tupper@us.army.mil Quotes must include all requested items, tax id number and cage code. ***The Government considers the listed items as demonstrating the level of quality desired by this solicitation. Must provide specifications for items you are quoting. *****************Solicitation and all documentation can be located at www.nationalguardcontracting.org. Click into NGB Advertised Solicitations and look for solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-10-T-0040/listing.html)
 
Place of Performance
Address: USPFO for Indiana 2002 South Holt Road, Indianapolis IN
Zip Code: 46241-4839
 
Record
SN02251079-W 20100825/100823235138-18b8ebdea1fe97f162bb2ba6578a9404 (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.