Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2014 FBO #4679
SOLICITATION NOTICE

23 -- HAZMAT CBRNE EMERGENCY RESPONSE TRAILER FOR AAFB EMERGENCY MANAGEMENT, GUAM

Notice Date
9/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019214Q7064
 
Response Due
9/21/2014
 
Archive Date
10/6/2014
 
Point of Contact
Amber San Gil 671-366-4943
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019214Q7064. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. THIS ACQUISITION IS SET ASIDE 100% FOR SMALL BUSINESSES. The North American Industrial Classification System (NAICS) code is 336214 and the small business size standard is 500 employees. The following commercial items are requested: CLIN 0001. HAZMAT CBRNE EMERGENCY RESPONSE TRAILER FOR AAFB EMERGENCY MANAGEMENT Maximum trailer requirements for the transport of the 4F9WM UTC equipment package as prescribed in AFMAN 32-1007 (30 May 2013). Table 4.2. 4F9WM (Whiskey Mike) Trailer Specifications. Description Dimension Body Width7 ™9 ť Body Length24 ™0 ť Height8 ™5 ť Platform Height21 ť AxleTandem BrakesYes Gross Vehicle Weight7700 pounds (lbs) Average Payload4750lbs Rear Door StyleYes 12V Trailer Connector7-way DOT LightingYes Total Weight of WM UTC3339lbs Trailer to include: Generator Power Air Conditioning units Multiple power outlets Cabinets to store equipment Hookups for laptops to TV screens Countertops/work areas Price must include shipping to Andersen Air Force Base, Yigo, Guam 96929 Delivery no later than 120 days after date of contract. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. 1.Price Quote - Price must be submitted for CLIN 0001. This is an all-or-none request; multiple awards will not be made. 2.Technical Acceptability “ Quote must demonstrate the ability to meet the requirements of CLIN 0001. FAR 52.212-2, Evaluation ”Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLIN 0001and providing the information required by FAR 52.212-1. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the reasonableness and completeness of the total evaluated price. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATINGDEFINITION AcceptableQuote clearly meets the minimum requirements of the solicitation. UnacceptableQuote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6 Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-1, Buy American Act “ Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III, 5352.201-9101 Ombudsman. Submit quotes via email to Amber San Gil at amber.sangil@us.af.mil and JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1000 hours EST on 21 September 2014. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor ™s responsibility to request and receive confirmation of quote receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019214Q7064/listing.html)
 
Record
SN03510395-W 20140916/140914233258-1c07ffe91647219a75511461f7e8b5a6 (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.