Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2009 FBO #2708
SOLICITATION NOTICE

23 -- Five (5) Portable EW Trailers

Notice Date
4/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0361
 
Response Due
5/8/2009
 
Archive Date
5/23/2009
 
Point of Contact
Cuc. Tran 562-626-7139 Cuc Tran<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFP number is N00244-09-T-0316. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20081112. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The procurement! is set aside to the Small Business Firm. The NAICS code is 336212 with business size standards is 500. The Government has a requirement for the design, performance, installation and testing of the Tactical Radar Threat Generator (TRTG) Portable EW Trailer in accordance with the specification provide herein. All interested offerors shall provide a quote for the following line item CLIN 0001- Portable EW Trailer - (Quantity of 5 each) meeting all of the following required specification: Portable EW Trailers 1.0 SCOPE This specification defines the requirements for the design, performance, delivery, installation, and testing of the Tactical Radar Threat Generator (TRTG) portable EW trailers. 1.1 BackgroundYuma Tactical Training Range uses mobile TRTG to train air crews in air defiance evasion and suppression. The systems currently in use are mounted on a truck with a generator set towed on a portable EW trailer. By mounting these systems on trucks the usefulness of the truck is lost to the single use and with the acquisition of three additional units to supplement the existing two systems there are not enough chassis that could be used in this singular application. To improve use of limited prime moving resources, and improve overall system reliability (if the truck is broke the system can not be deployed), five portable EW trailers need to be built to the below specifications. Two will be used for the exiting systems to be transferred and three for the new systems. The portable EW trailers shall mount the TRTG hut, generator set and fuel tanks for the generators, and an inverter converting the single phase AC power from the generator to three phase AC power. 2.0 TECHNICAL REQUIREMENTS. 2.1 General. Yuma Tactical Training Range trains air crews to operate in hostile environments while executing their mission. Part of the realistic training is having anti aircraft simulators located on the range to simulate the dangers that exist to the war fighters. One thing that improves the effectiveness of these simulators is to change their location. The anti-aircraft radars are to be mounted to the portable EW trailers with all required equipment mounted to the portable EW trailers to perform their mission. The five portable EW trailers are being acquired for the purpose of mounting the radar threat simulators. The portable EW trailers shall be highly mobile with as little set up and take down time as possible for operations. The complete system shall be contained on a single portable EW trailer. The portable EW trailers shall be able to level or be leveled. 2.2 Specific Information The portable EW trailers shall meet the following requirements:2.2.1 The deck height shall not exceed 40 inches while the portable EW trailer is in transport mode.2.2.2 The portable EW trailers shall have a minimum ground clearance of 12 inches, except the axels 2.2.3 The portable EW trailers shall carry 10,000 lbs pay load capacity.2.2.4 The portable EW trailers shall use NEV-R-LUBE 50mm hubs2.2.5 The axels shall be Dexter 6K Axles with. 2.2.6 The portable EW trailers shall have electric disk brakes.2.2.7 The portable EW trailers shall be "gooseneck".2.2.8 The portable EW trailers "usable" deck shall be between 12 foot and 14 foot long.2.2.9 The portable EW trailers shall be under 96 inches wide.2.2.10 The portable EW trailers shall have four leveling jacks capable of support the max load plus 50%.2.2.11 The portable EW trailers shall have AIRFLEX air ride suspension.2.2.12 The portable EW trailers shall use a 7 pin RV style connector for interfacing with the tow vehicle for highway legal transport functions (ie breaks, lights, turn signals).2.2.13 The portable EW trailers shall meet all requirements for highway legal operation. California Vehicle Code, Arizona Vehicle Code, Nevada Vehicle Code, and NTSB are recommended sources if there are any questions on what is highway legal. 2.3 Shipping Instructions. The contractor shall notify Yuma Tactical Training Range personnel of any equipment shipment for this task at least one week prior to delivery. This will ensure any equipment will be delivered to the proper location. Items shall be delivered FOB destination.The contractor shall delivered all items to Yuma Tactical Training Range, Bldg 508, Halstead Ave, Yuma, AZ 85369-9122. 3.0 QUALITY ASSURANCE 3.1 New EquipmentAll equipment provided by the contractor under this contract shall be new (unused) equipment. 3.2 WarrantyThe contractor shall provide the government with a one-year commercial warranty from the date of delivery on all the parts and labor. 3.3 Documentation 3.3.1 Engineering DrawingsThe contractor shall provide paper and CD-ROM copies of engineering drawings of the portable EW trailers. Electronic drawings shall be in AutoCAD format. Final drawings shall be due 15 working days after delivery of the system. 3.3.2 Commercial Operations and Maintenance ManualsThe contractor shall provide standard system descriptions, operations and maintenance manuals (CDRL A002) for all COTS equipment. The commercial manuals shall be delivered concurrent with the installation of the system. At a minimum the manuals shall contain the following: 1.Introduction2.Performance specifications3.Physical description4.System operation5.Functional description6.Preventive maintenance (if required)7.Corrective maintenance - to include a troubleshooting section8. Illustrated parts breakdown9Support equipment list 3.4 TrainingDuring system installation and acceptance, the contractor shall provide training to personnel who will be assigned the responsibility of operating and maintaining the system. The training shall consist of equipment operation and maintenance training. The contractor shall provide all training materials for up to 6 students at MCAS Yuma, Halstead Ave., Yuma, Arizona 85369-9122 The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement" and 2) Price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturers sales literature or other product literature, which clearly documents that the offered product(s) meet the specifications stated above. Offerors shall submit the following: (1) A quotation which address line item (2) The technical description and/or product literature (3) Description of commercial warranty and 4) The most recent published price list, (5) Offered delivery time, (6) Tax Identification Number, (7) Dunn and Bradstreet number, (8) FOB Point,. The offeror shall include a statement "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.", or list any exception(s) and rationale for the exception(s). The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: technically acceptable offer with the lowest total cost for the listed items in the specification, and contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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; 52.232-33, Payment by Electronic Funds Transfer Central Contrac! tor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit a quote, which shall be considered by the agency. To be determined technically acceptable the Offeror must furnish product literat! ure and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Offerors must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This announcement will close and quotes must be received no later than3:00 PM Local Time, on 05/08/2009. Any questions regarding this solicitation should be forwarded in writing via email to the Contract Specialist at Cuc.tran@navy.mil. Email proposals to Cuc.Tran@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Faxed quotes will not be accepted. Oral communications are not acceptable in response to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=73e94fd17d9b0067358209b41fc2f449&tab=core&_cview=1)
 
Place of Performance
Address: MCAS YumaHalstead Ave, Yuma, AZ<br />
Zip Code: 85369<br />
 
Record
SN01801486-W 20090426/090424221724-6baaa977346fb50b311e6a40ebf3e2b6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.