Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOLICITATION NOTICE

42 -- FOAM RESUPPLY TRAILER SYSTEM

Notice Date
9/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 188 FW/MSC, 4850 LEIGH AVENUE, MAP, FORT SMITH, Arkansas, 72903-6096, United States
 
ZIP Code
72903-6096
 
Solicitation Number
F6Q6CE2270A001
 
Archive Date
9/29/2012
 
Point of Contact
Rachael L. Parker, Phone: 479 573 5280
 
E-Mail Address
rachael.parker@ang.af.mil
(rachael.parker@ang.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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number F6Q6CE2270A001 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 336212 and the business size standard is 500 employees. The 188th Fighter Wing, Arkansas Air National Guard, intends to purchase on a small business set aside competitive basis the following equipment: 1 each Mobile Firefighting Foam Concentrate Resupply Trailer, 1000 gallon capacity, RKO model RKO1000FS or Equal in accordance with the following specifications: Mobile firefighting foam concentrate re-supply trailer of 1000 gallon total foam concentrate (Class B type) capacity. The unit offered shall comply with all Motor Carrier Safety Regulations and NHTSA guidelines. Welding shall meet or exceed MIL STD 248. Trailer Size: Not to exceed (approx.) 215 inches long, 100 inches wide, and 70 inches high. Carrying Capacity: 10,500 lbs (approx). Lights: DOT/NHTSA compliant. Foam Concentrate Tank: 1000 gallon capacity tank shall be provided. Tank shall be manufactured IAW NFPA guidelines. Fire Equipment: foam transfer system consisting of - 100 GPM Foam Concentrate Transfer Pump, Gas engine powered. Trailer shall be provided with minimum one year warranty including all parts integral to the trailer function. Tank shall be provided with minimum one year warranty or better. Complete equipment manuals and design specifications shall be provided with this unit. Quote must be FOB destination price or include a price for shipping to 4850 Leigh Ave, Fort Smith, AR 72903. Evaluation factors for award: Technical and Price. Offerors providing other than brand name items should provide all descriptive literature and applicable information for evaluations. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW intends to award a single purchase order. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must ensure Representations and Certifications are completed on System for Award Management (SAM), http://www.sam.gov, OR manually complete the clause and return it with quote. The clause at FAR 52.204-99, System for Award Management Registration (DEVIATION)(AUG2012), FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; 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 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)(AUG 2012). The clauses at DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within DFARS 252.212-7001 are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7003, Agency Office of the Inspector General; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program, with Alternate I; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III; DFARS 252.247-7027, Riding Gang Member Requirements; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.acquisition.gov. All firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to be considered for award. Quotes must be submitted via e-mail to Rachael.parker@ang.af.mil or fax to (479) 573-5280 no later than 10:00 AM on Friday, 28 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-1/F6Q6CE2270A001/listing.html)
 
Place of Performance
Address: 4850 LEIGH AVE, FORT SMITH, Arkansas, 72903, United States
Zip Code: 72903
 
Record
SN02900337-W 20120928/120927000722-9a12030d07ee426a4e917fc54d857be9 (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.