SOLICITATION NOTICE
23 -- Wireless Back bone Trailer (4ea.) not to exceed 6" x 12" with 30-35" mast and solar powered system providing 400 watts of power with 24 hour battery storage system.
- Notice Date
- 2/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
- ZIP Code
- 76544-5025
- Solicitation Number
- W91151-12-T-5000
- Response Due
- 3/13/2012
- Archive Date
- 5/12/2012
- Point of Contact
- Linda Williams, 254-288-9564
- E-Mail Address
-
MICC - Fort Hood
(linda.s.williams50.civ@mail.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 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition will be conducted in accordance with FAR Part 12, Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 55, effective 02 February 2012. The solicitation number for this requirement is W91151-12-T-5000. This solicitation is issued as a request for quotes (RFQ). This acquisition is restricted as a 100% Set-Aside for Small Business Concerns. The associated North American Industry Classification System (NAICS) code for this procurement is 336212 with a Standard Industry Classification (SIC) code of 3715. The Small Business size standard for this requirement is 500 employees. The Mission Contracting Office (MCO, Contracting Division - ATEC, Fort Hood, Texas has a requirement to purchase four commercial-grade trailers configured to be wireless communications back bone platforms between a field location and a main operations center. The four trailers are to provide the required capabilities for extending the range of the wireless communications at remote test sites. The quotes will be evaluated in accordance with FAR Part 13. An award will be made to the lowest priced offeror whose quote conforms to this solicitation. The requirements consist of the following salient characteristics (see also attached Statement of Work (SOW) : The wireless backbone trailers shall be open heavy duty trailers, not to exceed 6 ft in width and 12 foot in length with a 30-35 ft. hydraulic or manual mast, and a solar-power system providing a minimum of 400 watts of power. Specifications: GVWR of not less than 3,500 lbs. Length: Maximum bed of 12, not including A-frame trailer tongue and hitch. Width: Maximum bed of 6 ft not to include wheel wells. Height: Maximum of 6 ft. from ground to top of stowed mast. Front and rear drop down stabilizers. Axles: Shall have a minimum of 3500 lb single axle with leaf spring suspension. Wheels and Tires: Steel rim trailer-rated tires (minimum ST225 75R15 LRD). Spare tire. ST225 75R 15 LRD tire with steel rim and mount welded on trailer tongue. Trailer Deck: The deck shall be constructed of minimum 1/4 in steel plate. Ball size: 2 5/16 inch. Lights: All required to be LED and meet DOT regulations. Exterior Finish: White in color, automobile type paint, weather resistant. Hydraulic or manual 30-35 ft. telescoping mast with locking collars and capable of a minimum 50-75 lb payload for the two wireless antennas mounted to the top of the mast. If hydraulic, the power must come from on-board batteries with power from solar-panels. If manual, the mast must be light weight, weighing no more than 60 lbs and designed for manual hand-cranking. The mast, in a stowed configuration for travel will not exceed the 6 ft. height from the ground to the top of the mast. The mast will have the appropriate guy-wire systems to secure it in windy conditions. The mast will have the appropriate lightning arrestor protection. The trailer will have solar panels capable of producing a minimum of 400 watts of AC and/or DC power and a battery storage system capable of powering wireless communication radios for a minimum of 24 hours. The trailer will have a permanently mounted steel or aluminum, lockable, weatherproof, box no less than 2 ft' high x 4 ft wide x 3 ft. deep for storing and transporting the solar panels and ancillary equipment. The vendor will provide all manufacturers' documentation and operations manuals for equipment provided as part of this contract. The wireless backbone trailer and ancillary equipment shall be under full manufacturer's warranty. The wireless backbone trailer shall be supplied with complete sets of manufacturer's specifications and operator and service manuals on all parts of the trailer and associated equipment. The vendor will provide delivery of the four trailers and ancillary equipment to the USAOTC FTD and provide on-site training on the setup, operations, teardown and stowage of the mast, solar panels, and ancillary equipment upon delivery to the USAOTC FTD. The government will provide the wireless communications radios and antennas to be used with the trailer and systems. The Contracting Division anticipates award of Firm Fixed Price (FFP) Contract to the responsible firm who submits an offer in accordance with this solicitation. An award will be made to the responsible offers conforming to the requirements of this solicitation offering the Lowest Price Technically Acceptable (LPTA) who can meet the proposed delivery schedule not later than two weeks after the award date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 and 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision 52.212-2, Evaluation - Commerical Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, and 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are as follows: 52.219-6, 52.219-28;52.222-50; 52.233-3; 52.233-4;52.204-10; 52.209-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-11;52.223-18;52.225-13; 52.232-33; 52.252-2. Additional FAR provisions and clauses that apply to this acquisition are as follows: 52.204-7; 52.207-4; 52.246-16; 52.247-34; 52.252-1; SCRT 5152.232-4003 Class Deviation 2012-O0004 (see attached).This shall be filled out and provided with the quote. Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition are as follows: 252.203-7002; 252.204-7003; 252.204-7004 Alt A; 252.203-7005;252.204-7006; 252.204-7008; 252.211-7003; 252.212-7001; 252.212-7001 (Dev 2009-O0005); 252.223-7008; 252.243-7001; 252.223-7001; 252.246-7000. Additional check-off clauses identified in 252.212-7001 that are applicable to this acquisition are as follows: 52.203-3; 252.203-7000; 252.225-7001; 252.232-7003; 252.232-7010; 252.247-7003 and 252.247-7024. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil. To conform to this solicitation and to be considered for an award, offeror shall submit the following by 12:00 p.m. CST, on 13 March 2012: Completed Quote with offeror's information, solicitation number (W91151-12-T-5000), pricing and product specification/data sheet. Completed copies of the provisions at FAR 52.212-1, 52.212-3, and DFARS clause 252.212-7000 or shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at www.ccr.gov to be considered for award. Any Offeror not registered must be registered in the CCR prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Offers may be submitted electronically to linda.s.williams50.civ@mail.mil, please reference the solicitation number W91151-12-T-5000 in the subject line. Direct all questions regarding this solicitation to linda.s.williams50.civ@mail.mil. Quotes are due no later than 12:00 p.m. CST, 13 March 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/47a6181b06c92c90b48c8a81b52a22f3)
- Place of Performance
- Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
- Zip Code: 76544-5025
- Record
- SN02681120-W 20120225/120223234353-47a6181b06c92c90b48c8a81b52a22f3 (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 |