Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2013 FBO #4110
SOLICITATION NOTICE

23 -- Camping Travel Trailers

Notice Date
2/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441210 — Recreational Vehicle Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-13-0052
 
Archive Date
3/19/2013
 
Point of Contact
Jodie D. Zurn, Phone: 612-336-3647
 
E-Mail Address
jodie.d.zurn@aphis.usda.gov
(jodie.d.zurn@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Four Camping Travel Trailers AG-6395-S-13-0052 1. This is a combined synopsis/solicitation for commercial products- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes that only the solicitation and quotations are being requested and that a written solicitation will not be issued. This combined synopsis / solicitation will result in a firm fixed price commercial supplies contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. 2. This requirement is for a total small business set-aside. The NAICS code is 441210. The small business size standard is $30,000,000. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Services (WS) Facility located at New Mexico State Office, 8441 Washington Northeast, Albuquerque, NM. 87113. 3. The solicitation number for this effort is AG-6395-S-13-0052 and this combined synopsis/solicitation is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. 4. Technical Specification Requirements for Three (3) Twenty Eight (28) Foot Camping Travel Trailers w/slideout(s) and One (1) Twenty Six (26) Foot Camping Travel Trailer: Item Description Quantity Unit Price Total 001 28 foot travel trailer w/slideout(s) 3 002 26 foot travel trailer 1 Specifications Three (3) twenty-eight (28) foot camping travel trailers w/slideout(s) - sleeping capacity of 7-9 people One (1) twenty-six (26) foot camping travel trailer - sleeping capacity of 4-6 people • Double over double bunks (weight capacity of 300 lbs. on lower bunks and 200 lbs. on upper bunks) • Queen bed • Hide a bed sofa • Dinette • Winterized package with heated, enclosed underbellies • Bumper pull, 6500 lbs. • Color coordinated front diamond plate rock guard • Refrigerator • Sink • Oven with 3 burner cook top • Microwave • Air conditioner • Gas/electric water heater • Pleated shades and/or mini blinds in living and dining room • Solid wood core cabinetry • Bathroom with shower, toilet and sink • Ducted furnace • Slideout(s) on 28 foot camping travel trailer • Premier vinyl flooring (5/8" seamless floor decking with 25 year warranty • Residential grade carpet in select areas • TV antenna with booster • Dual 30 lb. propane tanks with cover (propane tanks filled) and auto regulator • Spare tire with cover • Power Group: tongue jack, 4 stabilizer jacks, • Stable ride suspension • Equalizer hitch (no set up required) • Super lube axles • Aluminum wheels • Radial tires • Power awning • High wheel base (flipped axles that gain 4-5" more ground clearance for off-road situations) • Cambered structural steel I-beam frame • 8' exterior width • Aluminum exterior skin • R-7 insulation throughout • 2x3 floor joists on 16" centers • Walk on roof with 3/8" roof decking • One-piece rubber roof • PEX plumbing system • Extended drip spouts • Black framed radius windows with deep tint • DOT approved safety glass windows • Fully vented windows throughout • City water fill • Gravity fresh tank fill • Black tank flush allow cleaning of black tank from a hose bib outside • Bumper with sewer hose storage and end caps • Outside shower • Radius entrance door with window • Patio light with inside light switch • Entry door grab handle • Fully glued application Training: • Contractor shall provide technical assistance and support point of contact names (primary/alternate), phone numbers, email address, and locations for duty hours, as well as non-duty/after hours. • Equipment shall contain serial numbers and a data plate for recognition and identification. The serial number and data must be designed to not easily be removed. • Upon receipt, on-site training that describes the procedures for the inspection, scheduled maintenance, set-up, operation, assembly, disassembly, maintenance, storage, transportation, and cleaning of the system. The one day training event will be coordinated between the contractor and the Contracting Officer Technical Representative. • The Contractor shall provide training aids, common and special tools, and technical literature to each student. • The Contractor shall equip personnel with necessary skills to diagnose, fix, and restore system on-site as well as deployed. • Provide a video/CD/DVD that describes the safe operation, maintenance, assembly, dis-assembly, cleaning, storage, and transportation of the system. • Collaborate with Wildlife Services on the need to develop any additional training products such as a leave-behind training support package or training CD/DVD. The leave behind package shall contain sufficient material to sustain operator proficiency. • Provide a copy of all technical manuals/documentation regarding inspection, scheduled maintenance, assembly, disassembly, operation, transportation, storage, and cleaning. Warranty - Provide one year replacement at no cost to the Government on parts and units. • Repair Parts and Special Tools (RPSTL) Identify and provide any special support equipment / Special Test Equipment (SE / STE). • Provide contingency operations repair parts list designed to support field level (on-site) maintenance during a deployment. • Provide updates to the list with engineering changes and safety issues as applicable. The range and quantity of spare parts contained within this list shall be based on historical demands and customer specific knowledge of individual system. • Provide and conduct periodic reviews of this list to ensure the correct "mix" of spare parts is available to support the system and/or deployment scenario. Your price shall be a delivered price to following address: USDA APHIS WS Facility, New Mexico State Office, 8441 Washington Northeast, Albuquerque, NM. 87113. The camping travel trailers supplied shall meet all the technical specifications outlined in this combined synopsis/solicitation. 5. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Low Price Technical acceptable, award will be made to the lowest priced responsible/responsive offeror meeting all technical and delivery requirements, in addition, additional consideration may be granted for any warrantee considerations offered. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Aside 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration SAM has replaced the CCR, information for SAM may be found at https://www.sam.gov/portal/public/SAM/ Contractors must be registered in the System for Award Management (www.sam.gov) before award can be made. Addendum, additional requirements: REPRESENTATION REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS Awards made under this announcement are subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112~55, Division A, Sections 738 and 739 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all applicants must complete the paragraph (1) of this representation, and all corporate applicants also must complete paragraphs (2) and (3) of this representation. (1) Applicant [______________________] is___ or is not__ (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for profit and non-profit organizations.) If Applicant checked "is" above, Applicant must complete paragraphs (2) and (3) of the representation. If Applicant checked "is not" above, Applicant may leave the remainder of the representation blank. (2) Applicant [_______________________] has ___ or has not __ (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of application. Applicant has ___ or has not ___ (check one) had any officer or agent of Applicant convicted of a felony criminal violation for actions taken on behalf of Applicant under Federal or State law in the 24 months preceding the date of signature. (3) Applicant [_______________________] has ____ or does not have __ (check one) any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 7. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, Suite 510C, Minneapolis, MN 55403 by Monday, March 04, 2013 at 1:30 PM (CST). Quotes may be sent via e-mail to jodie.d.zurn@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Jodie Zurn who may be reached at jodie.d.zurn@aphis.usda.gov, or phone at 612-336-3647. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Total Price for the 4 camping travel trailers including delivery to the Customer. 2) Signature of the offeror on the page which lists the price. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0052/listing.html)
 
Place of Performance
Address: USDA APHIS WS Facility, New Mexico State Office, 8441 Washington Northeast, Albuquerque, New Mexico, 87113, United States
Zip Code: 87113
 
Record
SN02994391-W 20130224/130222234640-23f79de6746a9f6de6150a3f7c11ec78 (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.