SOLICITATION NOTICE
23 -- 12 Foot Trailer (DEMO)
- Notice Date
- 9/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-04-Q-Q048
- Response Due
- 9/24/2004
- 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 consititutes the inly solicitation, quotations are being requested and a written solicitation will not be issued. This solicitation number is FA4861-04-Q-A048is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions ans clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The Standard Industry Classification (SIC) for this solicitation is 3715 and the North American Classification System (NAICS) is 336212. Based on the size standard for small business of 500 employees. Solicitation will be made on or about 30 September 2004. Contractor shall furnish all personnel, labor, materials, and supplies necessary to provide one (1) ? 12 foot long, by 8 foot wide, Wells Cargo EW1222 or equivalent. The trailer, at a minimum, shall include the following additional requirements: 1. Wells Cargo EW1222, 12ft trailer or equivalent with radius corner posts in all four corners. 6 year manufactures warranty. Heavy duty front and rear drop leg jacks. Pintle hook. Rear ramp door with extension. Heavy duty security hasp for cam lock with padlock. Side door on right or left hand side. Exterior spare carrier with spare tire. 2. 7 KW generator tongue mounted in a vented aluminum box. A 10 gallon fuel tank should be mounted somewhere close to the engine. I?m not an electrican or power pro so if a 6.5 KW will supply the power we need, go ahead and use it. 3. Eight 500 lb ring style tie-off flush mounted on floor with steel backing plate. 4 should be placed evenly down each side six inches from the wall. The end tie-offs should be six inches from the back door and six from the front workbench. 4. Horizontal ?E? track should be 4 ft high and the full length of the trailer on each side except for obstructions like the side door. 10 ?E? rope tie-offs with 6 ft straps. 5. 30 Amp panel with shore power and auto transfer. Wall switches for the lights should be placed by the side door and back door. 8 wall receptacles, two over the front workbench and the other three evenly down each side. Two exterior halogen lights on the side with the door flush mounted with the outside skin. Florescent lights should be placed along the edge of the roof along each side on the insides and one over the workbench. All lights will be 110V. A 13,500 BTU A/C unit with heatstrip will be mounted on the roof in the center. 6. Workbench will be the whole width across the front of the trailer and as deep as we can go without interfearing with the side door with cabinets and drawers. The over head cabinets will be the whole width across the front and 16? deep above the workbench. 7. Three windows standard size (16? x16?) sliding windows with tint will be installed. The side door side will have one toward the rear of the trailer and the other two will be on the opposite side of the side door with one toward the front and one toward the rear. They should be placed 5? ? 6? off the trailer floor. 8. Two roof vents will be placed with on toward the front and one toward the rear in no specific place. Delivery shall be no later than 01 November 2004 Price quoted shall be FOB Destination Delivery of the systems will be FOB 820th Red Horse Squadron, 5179 Malmstrom Ave Bldg 10121, Nellis Air Force Base, Nevada, 89191. Award will be made based on best value to the government. Best value will be based upon review of price and delivery. Offerors must include with their quotations: a completed copy of provisions 52.212-3, Offeror Representations and Certifications--Commercial Items, obtained from Air Force Far Site, http://farsite.hill.af.mil. This combine synopsis/solicitation will be posed on the Federal Government Electronic Posting Systems (EPS) site, http://www1.eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; FAR 52.212-2 Evaluation ?Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications?Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. 52.212-5, Executive Orders-Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, 52.232-18, Availability of Funds and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration applies for this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act- Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration, and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors must include with their quotations: A completed copy of the provisions at 52.212-3, Offeror Representations and Certifications--Commercial Items. Offerors who fail to complete and submit Representations and Certifications, may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM on 24 September 2004 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention Mr. David Tidwell. Contact Contracting Administrator, at (702) 652-6003, FAX NO. (702) 652-9570, or david.tidwell@nellis.af.mil or Contracting Officer Mr. Daryl Hitchcock at daryl.hitchcock@nellis.af.mil or (702) 652-2099 for information regarding this solicitation.
- Place of Performance
- Address: Nellis AFB, NV
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN00676518-W 20040920/040918211543 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |