|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430366 CONS/LGCS, PO Box 4037, 366 Gunfighter Ave, Suite 498, Mountain
Home AFB, ID 83648-4037 23 -- JAYCO TRAVEL TRAILER, MODEL: EAGLE 264BH SOL F1060399R0030 DUE
092099 POC Jonathan Ness (208) 828-6479 / Shawn Lacina (208) 828-3118
WEB: click here to download a copy of the reps and certs,
http://www.eps.gov. E-MAIL: click here to contact the contract
specialist, jonathan.ness@mountainhome.af.mil. PART: U.S. GOVERNMENT
PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23
TRAILERS OFFADD: Mountain Home AFB SUBJECT: 23 Jayco Travel Trailers
SOL F10603-99-R0030 DUE 092099 POC Contract Specialist, Jonathan Ness
(208) 828-6479; Contracting Officer, Michael Conner (208) 828-6477
DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS
SUPPLEMENTED WITH ADDITIONAL IFNORMATION INCLUDED IN THIS NOTICE. THIS
ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING
REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE
ISSUED*****This solicitation, #F10603-99- R0030, is a Request for
Quotation (RFQ), Simplified Method of acquisition will be used for this
procurement. . The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-12. The associated Standards Industrial Classification Code (SIC)
for this procurement is 3792, and the small business size is 500
Employees.****Mountain Home Air Force Base has a requirement for 12
travel trailers with the following description -- Mfg: Jayco;
Model:Eagle 264BH Model or equal; Must include the following
specifications at a minimum: 2 Bunk Beds; Queen Bed in Privacy Bedroom;
Gas Oven/Stove; Gas Furnace; Gas/Electric Dual Refrigerator;
Gas/Electric Dual Water Heater; Vinyl Flooring throughout, (No Carpet);
Solid Hardwood Cabinetry with no particleboard in framing; Cabinet
styles and facings must be screwed instead of stapled; A commercial or
heavy duty application is required for both the frame and cabinetry;
Frame design should be of 6" tubular steel framing; Roof structure
should be of single 2" x 4" construction, "crowned" for H2O run off;
Metal roof or rubberized roof; Minimum 30" wide entry door; Radio with
a CD player; Microwave Oven; 2-year bumper to bumper warranty
included, on-site. Dealer must remove the RV toilet system (toilet and
tank), if no discount is received for removal, then equipment is to be
shipped un-installed. Trailer shall not include the following: spare
tire, batteries, Air Conditioning, or awning. Provide pricing for
awning and air conditioning seperately. Delivery is required within 90
days After Receipt of Order (ARO). Delivery location is optional;
either the Outdoor Adventure Program, 655 Pine St., Mountain Home AFB,
Idaho 83648 or the temporary storage facility at 1575 Skyline Ave.,
Idaho Falls. The FOB Point shall be Destination, Mountain Home AFB,
Idaho or Idaho Falls, Idaho. ****The following FAR provisions apply to
this solicitation: 52.212-1, Instructions to Offerors-Commercial;
*****The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous, representing the best value to
the Government price and other factors considered. The following
factors shall be used to evaluate offers: Evaluation will be based on
(1) Technical (a) Technical Capability of the item offered to meet the
Government requirement (b) Past Performance (see below) and (c)
Delivery Terms ability to meet required delivery schedule and (2)
Price. Factors are listed in their relative order of importance. Past
performance will be evaluated as follows: Evaluation of past
performance shall be based on information provided by the offeror (see
below) and any other information the government may obtain by
following up on the information provided by the offeror and/or through
other sources (i.e., offeror's performance on previously awarded FAST
delivery orders/contracts and/or contracts with other Government
entities). The offeror must identify two Federal, state, or local
government and private contracts or delivery/task orders for which the
offeror has performed work similar to the statement of work in this
solicitation. References should include the most recent contracts
completed with the last two years. The offeror shall provide a point of
contact, current telephone number and fax number for each contract.
This list is due by the date established for receipt of proposals.
Failure to address a specification/requirement will be constructed by
the Government as inability to meet the need, or the offeror's taking
exception to it. *****All vendors are to include with their quotes, a
complete copy of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, which may be downloaded from
http://www.. The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. The clause at
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Order-Commercial Items, applies to this acquisition,
including subparagraphs (a) (1) 52.222-3, Convict Labor (2) 52.233-3,
Protest after Award, (12) 52.222-26, Equal Opportunity; (13) 52.222-35,
Affirmative Action for Special Disable Vietnam Era Veterans; (14)
52.222-36, Affirmative Action for Handicapped Workers; (15) 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of
Vietnam Era; (16) 52.225-3, Buy American Act-Supplies; (21) 52.225-21,
Buy American Act-North American Free Trade Agreement Implementation
Act-Balance of Payment Program, (22) 52.232-33 Payment by Electronic
Funds Transfer-Central Contractor Registration; and Department of
Commerce Agency-Level Protest Procedures Level Above the Contracting
Officer, which can be downloaded from the FAR Web Page located at:
http:// farsite.hill.af.mil. Additional contract terms and conditions
applicable to this procurement are: A firm fixed-price definite
quantity, definite delivery contract will be awarded. All interested
responsible firms should submit quotes (original plus one copy of quote
and enclosures), by 4:00 PM, Mountain Standard Time, on 09/20/99, to
Mountain Home Air Force Base, 366 Contracting Squadron, ATTN: 2Lt
Jonathan Ness, Building 512, Ste. 498, 366 Gunfighter Ave., Mountain
Home AFB, Idaho 83648. Faxed quotes will be accepted at fax number
(208) 828-2658, attention Jonathan Ness. Copies of above reference
clauses are available upon request, either by telephone or fax.
LINKEPS: http://www.eps.gov EMAILADD: jonathan.ness@mountainhome.af.mil
Posted 09/09/99 (W-SN378583). (0252) Loren Data Corp. http://www.ld.com (SYN# 0276 19990913\23-0001.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|