SOLICITATION NOTICE
23 -- Tow Vehicle - Attachments
- Notice Date
- 9/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- FCU-2121128195
- Archive Date
- 10/9/2012
- Point of Contact
- Sharon K. Starkey, Phone: 202-324-0564, Tamara Molder, Phone: 202-323-9524
- E-Mail Address
-
sharon.starkey@ic.fbi.gov, tamara.molder@ic.fbi.gov
(sharon.starkey@ic.fbi.gov, tamara.molder@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment C Attachment B Attachment A2 Attachment A1 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. This notice is being issued under Request for Proposal (RFP) 2121128195 as a firm-fixed price contract. The solicitation and document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The North American Industry Classification System (NAICS) code for this solicitation is 336212 and for the purpose of this procurement the small business size standard is 500 employees. The point of contact for this RFP is Sharon Starkey at (202) 324-0564 or Sharon.Starkey@ic.FBI.gov. Requirement: The FBI is seeking a recreational vehicle, with living quarters, to tow an existing trailer for an emergency response team located in Clarksburg, WV. The contractor shall provide a complete written proposal detailing the specifications of the vehicle being proposed. The vehicle must meet the follow minimum requirements: • Commercial Quality body and chassis white to match the trailer listed below • Main area to be setup as a standard Recreational Vehicle • Four (4) bunk beds in rear room with 36" exit door and removable steps that will store inside • LP Furnace • Dual 13,500 BTU Air Conditioners • Flat screen TV and DVD in front room • Kitchen area with all appliances • Soda with underneath storage. No fold out bed required • Dinette area • Dull bath with tub shower combo • Bunk over cab sleeping area • Overall length not to exceed 35' • Dual 50 gallon fuel tanks • 450hp diesel engine • Automatic transmission • Back-up monitor with camera • Outside power connection • Shore power capabilities • Minimum 8,000kw generator • 4 point auto leveling system • 60 gallon grey water holding tank • 60 gallon black water holding tank • Minimum 100 gallon fresh water holding tank • 100% walk on roof (1000 lb maximum capacity) • 86 inch interior height • Freightliner Columbia chassis or comparable model The proposed vehicle is further required to connect (see Attachment A for pictures) and tow the following trailer: Renegade Kibbi, LLC 32-foot two level trailer white in color Build code T912, 3/2005 GVWR 24,999 tri axle with 255/70R-22.5 tires and air/hydraulic brakes Electric hydraulic leveling jacks (2,400 lb capacity) • 2 5/16' x 1' high ball connector for towing • Tongue weight estimate 4,000 lbs • Triple Axles with Air Ride & Air Brakes The Contractor shall deliver the vehicle to 1000 Custer Hollow Road, Clarksburg, WV 26306. Delivery is FOB, Destination, Clarksburg, WV. Each offeror shall complete an SF-1449, including the pricing sheet (Attachment B). The following shall be applicable to the subject requirement: FAR provision 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JULY 2005), Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005), FAR provision 52.212-2 Evaluation-Commercial Items (JAN 1999). Each offeror shall adhere to the Security Requirements (Attachment C). Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. 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, cost and other factors considered. Questions shall be submitted by Monday September 17, 2012 at 3:00 PM EST and answers, by way of amendment to the solicitation, are intended to be posted within 72 hours. Paper copies of the Request for Proposal will not be made available. Proposals shall be emailed to Sharon Starkey, Sharon.starkey@ic.fbi.gov and a courtesy copy provided to Tamara Molder, tamara.molder@ic.fbi.gov. NOTE: Proposals must be received by 4:00 PM EST on Monday September 24, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/FCU-2121128195/listing.html)
- Place of Performance
- Address: 1000 Custer Hollow Road, Clarksburg, West Virginia, 26306, United States
- Zip Code: 26306
- Zip Code: 26306
- Record
- SN02879811-W 20120914/120913001258-48f185246acf9a1edf0f5fca40226ed3 (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 |