Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

23 -- TRAILERS

Notice Date
8/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
F3A13G2184A002-TRAILERS
 
Archive Date
9/28/2012
 
Point of Contact
SIBYL REYES, Phone: 6097544701
 
E-Mail Address
SIBYL.REYES@US.AF.MIL
(SIBYL.REYES@US.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 FAR 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 is F3A13G2184A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55(correction) effective 25 Jan 2012; Defense DPN 20120130 effective 30 Jan 2012, and AFAC 2012-0104 effective 04 Jan 2012. The North American Industry Classification System (NAICS) code is 336212 The business size standard is 500 employees. The Federal Supply Class (FSC) is 2330. The Standard Industrial Classification (SIC) is 3715. Joint Base McGuire-Dix-Lakehurst, NJ has a requirement for trailers. LINE ITEM: WELLS CARGO MODEL EW1222 BASE TRAILER BRAND NAME OR EQUAL QTY: 7 The trailers must have the following characteristics: • 8ftx12ft base trailer with 6ft interior height, 7700 lb GVW and Double Rear Doors..03 White Aluminum Skin, 4ft Tongue, 8ft Overall Width • 1 each Pipe Mount Removable Tongue Jack • 30" Flush Lock Side Entry Door • Aluminum Tread Plate Stone Guard • Electric Brakes w/Brake Away Battery • 3" Adjustable Height Pintle w/8" Adjustments, 10 ft Awning, 8ft Roof Platform, ladders or steps to access Roof Platform • Triangle Shape, Tongue Mounted Aluminum Tread Plate Storage Box 18 ½" high, 15" deep front to rear. Front 37" wide, rear 49" wide. • 2 pair of Heavy Duty Corner Post Jacks (total 4) • 4 each Heavy Duty "D" rings • 2 each Cable Hatches • 12 ft flush "E" track in floor, 26ft horizontal "E" track, 1 row on front wall @ 36" off floor, 2 each 9ft rows on curbside, 12 LF Aluminum Tread Plate floor • Spare tire and wheel, spare tire mount • 1 each 15" x 30" window • 2 each 30" x 26" windows • 3 each Hinged Window covers • 2 each folding tops • 2 each 30" wide laminated four-drawer base cabinets. One on the top of the other, 66" overall height • 2 each 30" wide x 66" tall storage units. Full size door on each, 4 shelves in each • 8200 BTU Wall Mount Air Conditioner • 1 each Hinged Cover for Air Conditioner • 2 each fluorescent lights with diffuser cover and 0 degree ballast • 1 each wall switch • 1 each 20 AMP duplex receptacle • 2 each 15 AMP duplex receptacle • 30 AMP Service Panel with Shoreline • 1 each 4ft baseboard electric heater • 2 each 12 volt dome lights with wall switch • 12 LF Insulate & panel ceiling with white vinyl covered plywood • 12 LF white vinyl covered plywood sidewalls, 12 LF insulated sidewalls, 12 LF insulated floor All qualifying bids will be accepted. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW specifications; (ii) price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, and Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and must provide Offeror Representation and Certifications (https://www.sam.gov/portal/public/SAM/.) Please send any questions to sibyl.reyes@us.af.mil. NO LATER THAN 20 Aug 2012, 0800hrs A.M., EST and offers NO LATER THAN 13 Sep 2012, 0800hrs A.M, EST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is TSgt Reyes, Contracting Specialist, telephone 609-754-4701.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A13G2184A002-TRAILERS/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst, NJ, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN02839241-W 20120816/120815001056-4b419694cfcab45ed629036aae8efd0b (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.