SOLICITATION NOTICE
23 -- SHOWER & LATRINE TRAILERS
- Notice Date
- 9/13/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XHD98165A003-SYN
- Archive Date
- 10/7/2008
- Point of Contact
- Michael C Hosea, Phone: 334-953-3528
- E-Mail Address
-
michael.hosea@maxwell.af.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2XHD98165A003 is being issued as a Request for Quote using Simplified Acquisition Proceduresunder the test program for certain commercial items found under FAR Subpart 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and the Defense Federal Acquisition Regulations (DFARS) change notice 20080812. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This acquisition is for the ASBC Retool on Maxwell AFB, Alabama. This procurement will be fulfilled utilizing 100% total small-business set-asides. The North American Industrial classification System Code is 336214 with a small business size standard of 500 employees. This is an all or nothing requirement, contractors must be able to quote and provide all items requested. The government intends to issue a firm fixed price purchase order for the following items: • CLIN 0001: Shower Trailers-30 Showers 30 total shower stalls & shower heads  24 for Males  6 for Females Specifications for shower trailers are as follows: o Must fulfill all requirements with no than 2 trailers o Separate entrances for males and females o Each trailer no larger than 9' x 46' o Waste holding tank at least 1700 gallons o High efficiency central A/C o Minimum of 2 exterior fire proof entrance/ exit doors (1 each for male & female sides) o Night lights for doors o All walls & ceiling insulated o Rubber sealed undercoating o 3/4 Marine Grade Plywood tongue and groove floor o Shower heads-1.5 gallons per minute o Door steps w/handrails o Fresh water tank at least 500 gallons o Lockable thermostat o Rain gutters over each door o ¾ Brass garden hose fitting o Odor traps in each shower  Fresh water tank w/pump  On-demand propane water heater  Anti-scald valves  Flood drain o Clothes hooks for each shower stall o Dressing benches o Shower curtains for each shower stall o Germicidal floor mats for each shower stall o 1 Sink per 3 shower stalls o Safety glass mirrors o Waterproof lighting • CLIN 0002: Latrine Trailers-20 Latrines 10 total stalls & toilets  7 for meals  3 for females o 4 urinals on male side o Separate entrances for males & females o Each trailer no larger than 9' x 35' o Waste holding tank at least 1250 gallons o Minimum of 2 exterior fire proof entrance/exit doors (1 each for male & female sides) o Night lights for doors o All walls & ceiling insulated o ¾ Marine Grade plywood tongue & groove floor o 3" Brass Quick Disconnect termination valve o Lockable thermostat o Rain gutters over each door o LED exterior lights o 20 Amp electrical circuits o ¾ brass garden hose fitting o Water saver toilets o Vanities w solid surface tops o Steel partition doors w/locks o Built in trash receptacles (minimum 1 each in male & female side) o Fluorescent lighting o Floor drain ( minimum 1 each in male & female side) o Water saver faucets o Safety glass mirrors Female Accommodations  Stainless steel sanitary receptacles Male Accommodations  Water saver urinals  Urinal dividers • CLIN 0003-AA: Shipping Freight Deliver to: Vigilant Warrior (Specific location will be posted in the amendment to follow.) The winning Offeror will be responsible for ensuring all items are received no later than 30 days after date of award. Shipping will be FOB Destination. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.225-7000, Buy American Certificate with the quotation. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. Award will be based on technical acceptability and price. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will then be based on price. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The FAR clause 52.212-4, contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u) FAR 52.204-4 Printed or Copied Double- Sided or Recycled Paper ; (v), FAR 52.204-7, Central Contractor Registration; Add paragraph (w) FAR 52.252-2, 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/these address (es)http://farsite.hill.af.mil.; Add paragraph (x) AFFARS 5352.201-9101 Ombudmans. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clause under paragraph (a) is applicable: 52.233-3, Protest After Award. The following clauses under paragraph (b) are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I-OCT; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35. Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers With Disabilities, 52.222-37 Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans (Sep 2006), 52.222-50, Combating Trafficking in Persons; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b) are applicable: 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act-Balance of Payments Program Certificate; 252.225-7012, Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable, 252.247-7023, Transportation of Supplies by Sea. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. The following local clauses shall also be adhered to: Maxwell 114, Required Poster for All Open Market Commodities and Services, and Maxwell 119, WAWF-Electronic submission of invoice. Local clauses will be incorporated full text into the award document. Parties interested in viewing local clauses in full text may contact Michael Hosea at michael.hosea@maxwell.af.mil. The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at https://wawf.eb.mil prior to award. Offerors must also have all online representations and certifications completed prior to submission of quote. Any Offerors whose name appears on the debarment list will be immediately eliminated from consideration. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil or http://armet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 2:00 pm CST on 22 September 2008. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-2198 attn: Michael Hosea, e-mailed to michael.hosea@maxwell.af.mil, or mailed to 42 CONS/LGCA, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e0a7d4fa66eaf54da21c1d3881d06a2&tab=core&_cview=1)
- Place of Performance
- Address: MAXWELL AFB AL, MAXWELL AFB, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN01669846-W 20080915/080913213956-4e0a7d4fa66eaf54da21c1d3881d06a2 (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 |