Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
SOLICITATION NOTICE

23 -- The 91st Civil Support Team (Weapons of Mass Destruction) has requirements for a work and transportation trailer for the Unit survey section.

Notice Date
5/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-13-T-0004
 
Response Due
6/4/2013
 
Archive Date
7/15/2013
 
Point of Contact
Kyle Matthew, 6022672875
 
E-Mail Address
USPFO for Arizona
(kyle.a.matthew.ctr@mail.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13 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. Solicitation W912L2-13-T-0004 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2013-007. The associated NAICS codes is 336212, small business size 500 people. COMMERCIAL ITEM DESCRIPTION: The USPFO for Arizona has a requirement for an enclosed utility trailer (Survey Trailer). Contractor to provide: 1. The 91st Civil Support Team (Weapons of Mass Destruction) has requirements for a work and transportation trailer for the Unit survey section. This trailer is purposely built for survey equipment that includes the ability to transport our Polaris Ranger 800. This is a four person utility vehicle used for transporting team members down range into hazardous environments wearing personal protective equipment. The trailer will also be used as a work and rest cycle station for survey operations. The command section of the survey team totalizes the trailer to track and monitor all down range operations of survey members. For the remainder of the survey team the trailer is utilized as a rest area, allowing members of survey to recover from previous operations. 2. The required equipment for the trailer: Utility closed (inside) 8'6 quote mark wide X 18'long X 6'6 quote mark high, No more than 107 quote mark Width X 102 quote mark Height. Dark blue in color. Coupler 2 5/16 quote mark 21K drag. Electric brake. Floor plywood 23/32 quote mark. Side sheets.040 taped with riveted seams. Tandem axle 4.8K rubber torsion. Includes (4) tire/rim. ST225/75R15 LRD & 6 hole silver MOD wheel & hub cover. Tire/rim ST225/75R15 LRD 6 hole silver MOD Nose flat with radius corners. Rear ramp with tread plate, 32 quote mark camper door on CS front, wall vent, stabilizers, 1 movable wheel chock laid loose, 6 recessed floor tie downs, 2 dome lights w/switch & gravel guard. Cable pass though ports with spring loaded caps qty 4, these will be for cat5 type cables placed in each corner of the trailer. Cat5 outlets, two interior, and one exterior (in the front). Patch panel for cat5. Light fixture fluorescent 48 quote mark double with diffuser 110V, (Maximum number of lights per switch 12) Switch 3-way (includes 2 switches) (12V or 110V), Locate one switch at the entry door and one at rear ramp. Power source heavy duty includes 45 amp power converter, fuse panel, marine battery & battery box, typically used in addition to a motor base with cord. Can be surface mounted directly to wall or inside a cabinet. Receptacle duplex 110V GFI exterior. Motor base 50 amp inlet, (120/240V) 8 space panel box with 36' cord. Cabinet white aluminum overhead with door 12 quote mark D x 16 quote mark T p/ft (1 door per 2'). Awning 12' Black/Grey qty2. Line ceiling in white vinyl with white aluminum coping per linear foot (No plywood). Line 3/8 quote mark white kemlite glassboard for walls (Per linear foot). Floor linoleum p/ft. Insulation 3/4 quote mark R-3.7 pink/blue extruded per foot for ceiling. Insulation 3/4 quote mark R-3.7 pink/blue extruded per foot for Walls. Line walls with white laminate (Includes 3/8 quote mark plywood) per linear foot, Two 3' X 4' white boards Generator: gas 7.0KW Onan (or other equivalent) 120V/240V single phase (Includes generator compartment lined & insulated, 2 quote mark double sealed vented door, 7.0KW generator, fuel tank, gauge, transfer switch, remote start, harness & exhaust). Worktop laminate, 24 quote mark deep with wall gusset supports per foot (No under cabinets). Three 6' folding counter tops. One front of trailer, one over right wheel well, one over left wheel well. Front wall mount A/C unit 25000 BTU, Soleus (or other equivalent) Air unit - Heat and A/C. Power strips - 8 plug, one located above each folding table, one front One right, one left 3. This trailer will assist and aid survey with transporting a down range vehicle while maintaining a work area for down range operations as well as a recovery point for other survey team members. Contractors must provide schematics/drawings of the trailer being quoted. FAR 52.212-2, Evaluation of Commercial item Evaluation -- Commercial Items (Jan 1999) (a)The Government will award a 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 following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; If a quote is received not meeting the minimum specifications listed, then the offer will be deemed not responsive and evaluation will cease. A quote is deemed technically acceptable if its technical capabilities conform to the Government's Statement of Work/ listed specifications. In addition to providing pricing for this solicitation, each vendor must provide any required NON-PRICING responses (e.g. technical quote.) so that they are received no later than the closing date and time for this solicitation. Submissions must be sent to kyle.a.matthew.ctr@mail.mil. The technical standards applicable to this requirement are: 1.Contractor's ability to meet the minimum specifications listed above. 2.Contractors offer MUST include details of items listed 3.If a quote is received not meeting the minimum specifications listed, then the offer will be deemed not responsive and evaluation will cease. Provide enough information so the Government can make a determination that your quote meets the Government's needs and conforms to the Statement of Work. You will not have additional opportunities to submit information after the closing date and time for quotes. The Government will not research product information if no supporting documentation (such as product literature, catalog information, etc) is provided, Failure to provide enough information for the Government to make a determination that your quote in technically acceptable by the closing date and time for quotes will result in no further consideration given to your quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements required in this synopsis. A description of the equipment quoted is required. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 DEV, REQUIRED SYSTEM FOR AWARD MANAGEMENT REGISTRATION (Class Deviation 2012-O0015). 252.209-7999, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/vffara.htm TO REGISTER, GO TO URL: https://www.sam.gov/portal/public/SAM/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, System for Award Management (SAM) Registration; FAR 52.204-99 (DEV), Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required System for Award Management Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) 52.204-99 DEV, System for Award Management (SAM) (DEVIATION), 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 address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to submit questions to the email address noted below not later than 12:00 P.M. eastern standard time, 24 May 2013. Award can only be made to contractors registered in System for Award Management (www.SAM.gov). Quotes will be due by 2:00pm Arizona Time, Tuesday, 4 June 2013. Failure to submit your quote by the due date may result in no further consideration being given to your quote. Email quotes will be accepted at kyle.a.matthew.ctr@mail.mil, reference RFQ# W912L2-13-T-0004 in the subject line. Questions not received within the time or format specified will not be considered. No telephonic request will be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-13-T-0004/listing.html)
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
 
Record
SN03064699-W 20130518/130516235826-100ac4016f09950eb905dfe5fa405085 (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.