SOLICITATION NOTICE
59 -- Raydon VCOT/VDGT/VWI System
- Notice Date
- 2/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- W81ECG-9040-4000
- Response Due
- 2/19/2009
- Archive Date
- 4/20/2009
- Point of Contact
- Arlena Proctor, 253-512-8313<br />
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W81ECG-9040-4000 is issued as a Request for Quote (RFQ). This request for Quote is due by 19 February 09, 12:00pm (Pacific Time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is: 238310. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items.. This requirement is for: SERVICES NON-PERSONAL: Furnish all labor, tools, equipment, material, transportation and supervision to: 66th Aviaton Brigade, on Fort Lewis, Wa. CLIN0001: Anchor and electrical hookup for 53-feet wide Raydon VCOT/VDGT/VWI system 1ea. $__________________. There are attachments as well. The vendor must request attachments before submitting a bid. For attachments please e-mail me at arlena.proctor@us.army.mil. SOW: The contractor shall furnish and install six (6) tie down anchors to be used for the one Raydon Virtual Digital Gunner Trailer (VDGT) 53-foot trailer and replace one existing power receptacle to be used with the plug provided with the trailer. Contractor is responsible to obtain the digging permit from Ft. Lewis public work. The work must be completed within 15 work days from the date of award.. DESCRIPTION OF SERVICES: 1. The services are required from a contractor who has experience in the physical set-up of this type of modular unit on existing pad. Contractor verifies the plug from the trailers and provides new receptacle at the existing power pedestal to match. 2. The existing power source at the pedestals is 120/208 VAC 3 phase, 4W, 100A. The power requirement for the trailer is a three phase 120/208 VAC, 4 wire but only phase A and B will be used. Provide and replace the existing receptacle with new receptacle to be used with the plug provided with the trailer (per RAYDON specification drawing 5001540 attached). The new receptacle shall be: MS 90555C44412S, AMPHENOL PART# 10-473437-4LS, Rating are: 120/208 VAC 3 ph, 4W 60 Hz, 100A. Contractor is to verify the wiring at the existing power pedestal and rewire the new receptacle as indicated in RAYDON specification page 1 attached. 3. Tie down anchors are to be installed per layout provided. The cable and hooks will be provided by the modular unit supplier. 4. The trailer anchors will be encased in concrete to provide stability. Tie down anchor lay out and anchor requirements and hook detail indicated in drawing 8000327 attached. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov The following provisions and clauses are incorporated in this notice. " FAR 52.204-7, Central Contractor Registration; " FAR 52.212-1, Instructions to Offerors Commercial Items; " FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); " FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); 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, incorporating the following: FAR 52.233-3, Protest After Award; FAR 52.233-3, Applicable Law for Breach of Contract Claim; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Hire FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Government Installation (when applicable) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-2, Service of Protest FAR 52.252-2, Clauses Incorporated By Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) (only for Air Guard Orders) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III Please send your quotes to arlena.proctor@us.army.mil or call me at 253-512-8313.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d14b67c6c5e05f142488d85c48fd6610&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
- Zip Code: 98430-5170<br />
- Zip Code: 98430-5170<br />
- Record
- SN01749713-W 20090214/090212220152-d14b67c6c5e05f142488d85c48fd6610 (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 |