Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AOA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669

23 -- MOBILE ENCLOSE CARGO TRAILER SOL DTRA02-00-Q-0010 DUE 030600 POC Emelda M. Armijo, Contract Specialist, 505/846-8457 or Patricia M. McDaniel, Contracting Officer, 505/846-8799 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; quotations are being requested and a written solicitation will not be issued. Solicitation No: DTRA02-00-Q-0010 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #97-15 and Defense Acquisition Circular (DAC) #91-13. This is a 100% set-aside for small business concerns. Applicable SIC Code is 3715, and small business size standard is 500 employees. Provide a quote for the following Line Item 001 -- Mobile Enclosed Cargo Trailer, quantity 2 each. With the following specifications: Exterior dimensions, Length: 18 feet minimum -- 20 feet maximum, Width: 8 feet minimum/maximum, Height: 7 feet minimum -- 8 feet maximum. Interior dimensions, Length: 18 feet 6 inchesminimum -- 19 feet 6 inches maximum, Width: 7 feet 6 inches minimum -- 8 feet maximum, Height: 6 feet 6 inches minimum. Tandem axles with electric brakes, c-channel and tube steel frame, Interior walls/ceiling: one-fourth inch plywood covered vinyl, minimum. Exterior walls/roof: aluminum siding. Interior floor: one-piece vinyl linoleum floor covering. Exterior floor: sheet metal with undercoating. Insulation for all walls, flooring and ceiling must be of standard grade. Two (2) rear swing open doors with standard doorknobs and locks. Trailer accessories: 10Kw Onan diesel generator power (on board-front end), 2 inch bulldog hitch, five (5) each -- ST205/75R15 load range 'C' radial tires with 5 bolt spoke wheels, two (2) sets -- scissors type crank down stabilizer jacks (rear 5,000 lbs capacity) electric loading crank, two (2) each -- roof mounted air conditioning 1,500 btu units with 5,600 btu heat strips for heating, four (4) each -- swivel D rings on each side (in floor), two (2) each—E type securing tracks one on each side, 50 amp 120/240 volt 16 circuit electrical service panel with 50 amp main breaker and raceway through floor for shore-line, four (4) each -- 15 amp, 120 volt duplex wall receptacles, 120 volt light switch, one (1) 4 foot four tube recessed fluorescent light fixture with diffuser. Requirements: Generator will be hard wired directly to the service panel, wire 120/240 volt 50 amp service panel into 50 amp automatic transfer switch with 25 feet -50 amp shore-line and cable hatch, one (1) 12 volt dome light and wall switch, 24 inch high aluminum tread plate stone guard wrapped integrated corners, DOT "A" frame mounted 22 amp hour UI series battery breakaway switch -- aluminum mounting, bracket, cover, battery "charge" indicator, and diode isolation, battery acid and cable hatch. Standard warranty. Manufacture: Wells Cargo, Model No: EW2022 or equivalent. This is a brand name or equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand model or part number along with a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations drawings or other documents if necessary. The delivery will be required by 12 June 2000 of issuance of a purchase order. Delivery shall be FOB: Destination to Defense Threat Reduction Agency, c/o Honeywell, Stallion Range Center, San Antonio, NM 87832 with Final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply 52.212-1 -- Instruction to Offerors -Commercial, 52.212-2 -- Evaluation -- Commercial Items. The government will award a purchase order 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: (1) price, (2) technical capability or the item offered to meet the government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Offerors shall submit a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items with their quote. The following additional clauses apply 52.212-4 -- Contract Terms and Conditions -- Commercial items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, and the additional FAR clauses: 52.222-21 -- Prohibition of Segregated Facilities, 52.222-26 -- Equal Opportunity, 52.222-35 -- Affirmative Action for Handicapped Workers, 52.222-36 -- Affirmative Action for Workers with Disabilities, 52.222-37 -- Employment reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 -- Buy American Act -- Supplies, 52.225-11 -- Restrictions on Certain Foreign Purchases, 2.225-18 -- European Union Sanction of End Products, 52.232-1 -- Payments, 52.232-33 -- Payment By Electronic Funds Transfer -- Central Contractor Registration, 52.233-3 -- Protest after Award, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.243-1 -- Changes -- Fixed Price, 52.246-1 -- Contractor Inspection Requirements, 52.246-16 -- Responsibility for Supplies, 52.247-34 -- F.O.B. Destination, 52.249-1 -- Termination for Convenience of the Government (Fixed-Price)(Short Form). Additionally each offer shall include a completed copy of Defense Far Supplement (DFARS) provision 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items. The following DFAR Clauses apply DFARS 252.212-7001 -- Contract terms and Conditions required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items, paragraph (b), 252.204-7004 -- Required Central Contractor Registration, and 252.225-7001 -- Buy American Act and Balance of Payment program. Contractor shall provide, with their quote, any descriptive literature, brochures, or adequate information to determine whether the offered items will meet the terms and conditions cited above. The offer must: (1) be for the CLIN described above; (2) be FOB Destination to this agency; (3) include a delivery schedule and the discount/payment terms; (4) include name of and be signed by a authorized company representative along with telephone number, facsimile number; (5) include their taxpayer identification number (TIN), Cage Code Number, and DUNS number. This is a DO-C9E rated order. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Offers are due on the 6 March 2000 by 2:00 p.m. (local time) at Defense Threat Reduction Agency, Albuquerque Operations Acquisitions (AOA), 1680 Texas Street SE, Kirtland AFB, NM 87117-5669, (Faxed quotes will be accepted). All questions concerning this RFQ shall be in writing and faxed to (505) 846-4246). Point of Contact for information regarding the solicitation is Emelda M. Armijo, Buyer, (505) 846-8457. All responsible sources may submit an offer, which shall be considered by this agency. In accordance with DFARS 204.73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May 1998, DOD will no longer award contracts to vendors not registered in the CCR database. Registration may be done by accessing the CCR via the Internet at http://ccr.edi.disa.mil/. See Note.1 Posted 02/18/00 (W-SN426886). (0049)

Loren Data Corp. http://www.ld.com (SYN# 0145 20000223\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page