SOLICITATION NOTICE
23 -- Forest River RV/Trailer
- Notice Date
- 10/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
- ZIP Code
- 20191
- Solicitation Number
- A12PS00021
- Response Due
- 10/18/2011
- Archive Date
- 10/10/2012
- Point of Contact
- Quiana Galloway Contract Specialist 7033096521 quiana.galloway@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- 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. The solicitation number for this procurement is A12PS00021 and this is a Request for Quotation (RFQ). This requirement is a 100% set-aside for Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the best value. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-50. The suggested North American Industry Classification System (NAICS) code is 423110. BACKGROUND: The Bureau of Indian Affairs, Office of Justice Services, is soliciting bids for one support trailer to be used in conjunction with a Mobile Emergency Operations Center (MEOC). The MEOC does not have onboard sleeping facilities to accommodate for incident commanders or senior staff during an incident. The MEOC is designated to stay on station in excess of two weeks and could be deployed to austere remote locations where facilities will not be available. The command suite of the MEOC will have various emergency response personnel assigned 24/7 during an operation. The support trailer will provide the BIA the ability to keep two incident commanders on site, on in rest status and the other working. It will also double as a meeting facility. The support trailer will have the ability to be self contained with an on board generator or use power from the MEOC via a shore cord. The MEOC has limited space available for storage, the support trailer will be used to haul additional supplies or equipment for the MEOC operations. REQUIREMENTS: SAFETY: The trailer delivered shall comply with all applicable Federal Safety Guidelines. Design and manufacture of the trailer is an important consideration in the final selection of the trailer purchased. The interested vendor shall make accurate statements in specifications. All measurements must be English units.QUALITY: The trailer must be only of the highest industry standards. The successful bidder shall show the company is in position to render prompt service and has the ability to furnish replacement parts for selected trailer. No altercations should be made which will alter the safety and performance warranties of the trailer.AT MINIMUM: The specifications are at minimum and do not relieve the successful bidder from furnishing any and all pertinent equipment to the trailer being purchased. All parts not specifically mentioned which are necessary to provide a complete trailer shall be included in the quote and shall conform in strength, quality of materials, and workmanship to what is usually provided to the trade in general. Bidders must state the brand of any item provided which is a substitute for the brand or model in the specifications. Exceptions shall be clearly defined on separate cover sheet entitled: Exceptions to specifications.WARRANTY: The manufacturer shall warranty each piece of the trailer to be free from defects in materials or workmanship under normal use and service. The manufacturer's obligation under this warranty shall be to repair or replace defective part free of charge without charge for installation to the original purchaser. All warranties shall be listed with quote submission.TRAILER SPECIFICATIONS:Trailer is based on the "work and play" model WPT-30WR. The trailer shall have NO graphics.Box Length 31'2"- Total Length 35'8"- Cargo Length 10'5"- Hitch weight 1084- Axle weight 7139- No. of Axels 2- GVWR 13048- Cargo cap 5000lbs- Water cap gal 80gal- Black/Gray 38/38- Hitch size 2 5/16". OPTIONS: 15000 Roof AC- Flip Out Couches- Fantastic fan (1)- Stabilizer jacks (4)- 4000kw gen- fuel station- microwave- TV ant/out cable- outside shower- am/fm/cd/DVD stereo exterior color - aluminum wheel upgrade (6000lb axles) (4)-spare tire 6000 lb axles 235/80R16-3500lb electric tongue jack.FEATURES: Two windows in cargo area-100inch Interior width-ducted air-insulated ceiling-6 cubic foot refrigerator-double well stainless steel sink-three burner cook top-six gallon fast recovery water heater DSI-30 amp converter-nonskid flooring in cargo area with ramp-mini blinds and valances-smooth fiberglass exterior-RV door with screen-26x36 standing shower curtain-twin 30lb propane tank-transition flap between ramp and floor-full steel 4 1/4" C channel roof trusses, 16" on center- one piece aluminum roof- 6000lb axels- vinyl interior walls in cargo area for easy cleanup-D rings installed. SHIPMENT:Trailer shall be delivered to Muskogee Oklahoma within 45 days of award. FOB Destination. INSTRUCTIONS FOR QUOTE: The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. LINE ITEM 0001: Trailer $ ______ @ 1 ea.LINE ITEM 0002: Shipment $ ______. EVALUATION CRITERIA: (a) The Government will award a contract 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. (b) Options not included. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.The Government may award a contract without discussions with offeror's. Award will be made based on "best value" to the government via the trade-off process. "Best value" is defined as the offer that results in the most advantageous solution for the Government, in consideration of the evaluation criteria. Native American/Indian Owned Business-BIA encourages the participation of Native American/American Owned vendors in accordance with FAR 52.226-1; Utilization of Indian Organizations and Indian-Owned Economic Enterprises & DIAPR 1452.226-70/71; Indian Preference and Indian Preference Program. BIA 1452.280-3; Subcontracting limitations, A contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. For this purpose work to be performed does not include the provision of materials, supplies, or equipment. QUOTE SUBMISSION: Questions must be submitted no later than October 19, 2011 at 1PM ET. Submit via email only to: Contract Specialist, Quiana.Galloway@bia.gov. Phone calls will not be accepted. Quotes must be received no later than October 21, 2011 at 1PM ET. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend Term of the Contract. Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00021/listing.html)
- Place of Performance
- Address: Muskogee Oklahoma
- Zip Code: 74402
- Zip Code: 74402
- Record
- SN02605436-W 20111013/111011234419-b385a680858f18cd134d6bd9b0e779f5 (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 |