Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
MODIFICATION

23 -- Utilities - Latrine/Shower Trailer

Notice Date
9/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATD10176A002
 
Archive Date
10/9/2010
 
Point of Contact
Art M. Aragon, Phone: 8502838635, Dennis A. M. Landry, Phone: 850-283-0061
 
E-Mail Address
Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil
(Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, 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. This constitutes the only notification before award. This solicitation reference number F4ATD10176A002 and issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This solicitation is 100% set aside for small business under NAICS code 321991. The Federal Supply Class (FSC) is 5410. A firm fixed price purchase order may be awarded in accordance with FAR 13.501 This request for quotation consists of the following items: CLIN 0001: (QTY 2 Ea) 16 Station Combo Trailer, Trailer should include all of the following; "Equal" items shall meet the following requirements: • 8 Shower Stalls • 8 Bathroomn Stalls • 4 Sinks • A/C and heat strips • Heavy Duty Fold-up Steps • Timed faucets • Vinyl Sheet Floowing • FRP Wall Panels • Poly Insulation • On-Demand Hot Water Heater • One Piece Aluminum Seemless Roof • Solid 2x4 Plywood Interior Construction • Patented Frame with Dust-Proof Sidewall Design • Dexter (ITS) Independent Torsion Suspension Axles • Boattery Powered Trailer Runaway Protection • Premium Semi-Trailer Quality Exterior Lighting • Powered Vents above Showers • E-Z Lube Hubs • Automatic Backup Alarm • Electric Breaks • 2-5/16" Trailer Receiver • Aluminum Skin • Waste Tank Sight Gauge • Vent Covers • Exterior Lights • Utility Room for heater, electrical etc • Ubberized floor • Min of 20lb propane tanks Offerors shall submit documentation demonstrating their quote meets all the above specifications and submit all applicable literature with the quote. All quotes must reflect FOB Destination. SUBJECT TO AVAILABILITY OF FUNDS Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made. The Government reserves the right to cancel this solicitation in the event funding does not become available during the offer acceptance period. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability ( Items quoted shall meet or exceed specifications in description above) 2. Price Trailers quoted shall meet all specifications listed in CLIN 0001. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFAR/AFFAR provisions/clauses apply to this acquisition: 52.203-3 - Gratuities (Apr 1984) 52.203-6 - Restrictions on Subcontractor Sales to the Government with Alternate I (Sep 2006) 52.212-1 - Instructions to Offerors-Commercial Items (Jun 2008) 52.212-3 Alt 1 - Offeror Representations & Certifications-Commercial Items (Apr 2002) 52.212-4 - Contract Terms & Conditions - Commercial Items (Mar 2009) 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jul 2010) 52.219-6 - Notice of Total Small Business Set-Aside (June 2003) 52.219-8 Deviation - Utilization of Small Business Concerns (May 2004) 52.219-14 - Limitations on Subcontracting (Dec 1996) 52.219-28 - Post-Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 - Convict Labor (Jun 2003) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies(July 2010) 52.222-21 - Prohibition of Segregated Facilities(Feb 1999) 52.222-22 - Previous Contracts and Compliance Reports(Feb 1999) 52.222-26 - Equal Opportunity(Mar 2007) 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 - Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006) 52.222-50 - Combat Trafficking Persons (Feb 2009) 52.232-33 - Payment by Electronic Funds Transfer-CCR (Oct 2003) 52.233-2 - Protest After Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 - F.O.B. Destination (Nov 1991) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) (http://farsite.hill.laf.mil) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.laf.mil) 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 - Item Identification and Valuation (Aug 2008) 252.212-7000 - Offeror representations and certifications - Commercial items (Jun 2005) 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010) 252.225-7000 - Buy American Act-Balance of Payment Program Certificate (Dec 2009) 252.225-7001 - Buy American Act and Balance of Payment Program (Jan 2009) 252.225-7002 - Qualifying Country Sources as Subcontractors (Apr 2003) 252.225-7012 - Preference for Certain Domestic Commodities (Apr 2003) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010 - Levies on Contract Payments (Dec 2006) 252.243-7002 - Requests for Equitable Adjustment (Mar 1998) 252.247-7023 - Transportation of Supplies by Sea (May 2002) 5352.201-9101 - Ombudsman (Apr 2010) WAWF Information Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination. Quotes must include shipping and handling charges. Contractor is responsible for shipment to all destinations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATD10176A002 /listing.html)
 
Place of Performance
Address: 264 Strange Point Loop, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02290576-W 20100923/100921235223-f837383b9cdbe86af7f43bfc4a62e37c (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.