MODIFICATION
23 -- Fabricated Bio Medical Response Trailer
- Notice Date
- 3/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- FM308932590041
- Archive Date
- 4/2/2014
- Point of Contact
- Danita Porter-McGee, Phone: 2106528587, Vivian Fisher, Phone: 210 652-8596
- E-Mail Address
-
danita.porter-mcgee.1@us.af.mil, vivian.fisher@us.af.mil
(danita.porter-mcgee.1@us.af.mil, vivian.fisher@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is hereby amended (Amendment 01) to address the following issues/concerns: 1. The response deadline is being extended due to questions that have surfaced upon original posting. An additional amendment will be posted immediately upon receipt of answers to those questions. 2. The Points of Contacts have changed as follows: Danita Porter-McGee (Primary), Contract Specialist, Phone 210-652-8587; Vivian Fisher (Secondary), Contracting Officer, Phone 210-652-8596 The date and time set for receipt of quotes has changed from 2:00pm on 18 March 2014 to 2:00pm on 25 March 2014. You must acknowledge ALL amendments in your quote. Failure to acknowledge all amendments may render you non-responsive and, therefore, result in the quote not being considered for award. The 502d Contracting Squadron at Joint Base San Antonio (JBSA) Randolph has a requirement to purchase the item(s) set forth in the Description of Supplies below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and in conjunction with FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation FM308932590041 is issued as a Request for Quotation (RFQ). The NAICS Code is 336212, size standard of 500 employees. This requirement is 100% Small Business set-aside. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-71. This notice is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. A Firm-Fixed Price contract will be made in accordance with the following Description of Supplies: Description of Supplies: 0001: Customized Biohazard Response Trailer, Wells Cargo Model #EW2024W or Equal; QTY 1 Trailer Details: • 98" Body width • (22LF) length including the tongue • Side door and ramp door • Durable slip resistant floor/ramp • 12 volt dome light, wall switch for 12 volt dome light • (3) 4' florescent indoor lights, ceiling mounted • (4) external adjustable spot lights, (2) mounted on each side, installed under the awning on the rigth side • Interior mounted light switches for interior/exterior lights • Chassis fully undercoated with CPC (corrosion preventative compound) • (18.5LF) 7'0" inside height • A-frame mounted base and vented generator box • 36"W single side entry door, height is to the maximum allowable • Power assist (mechanical) - swing down rear ramp door opening: 90 ¾"W x 75"H • 18ft A and E roll up awning • 1" fiberglass sidewall insulation • 1" ceiling insulation • Durable stainless steel counter top • 36"H x 24"D x 120"L Base cabinet with durable laminated front and stainless top, one shelf and positive latches on doors • (3) 73"H x 40 3/4"W x 24"D steel shelving unit with four 48"W adjustable metal shelves and 3" bin fronts and end panels with durable rubber fasteners to secure items from falling off the shelves. Installed along the left side of the trailer • 120v, 15000 BTU roof mounted air conditioner with 5600 BTU heat Strip • 6500 watt generator (hardwired into trailer) • Upright rack for SCBA tank storage 25 - 1/4 " L ; 22 - 1/4"D; 48"H • A L shaped desk on the front side of the trailer that runs parallel to the ramp door, (see diagram for dimensions) • L shaped desk height - 36" • Receptacles : 120v 15a duplex recept notes: (1) c/s 6" from front 6" above counter, (1) c/s 27" from front 12" above floor, (1) r/s 6" from front 6" above cabinet, (1) r/s at end of cabinet 6" above cabinet. (1) r/s centered between base cabinet and rear wall 12" off floor, (1) r/s wall 6" from rear wall 12" off floor • Ability to operate the trailer via charge plug into the building, so that we can maintain a temperature control climate at all times for our PPE, equipment, and refrigerator. Charging cord should be 25 FT long Requested Delivery Date: 31 May 2014 FOB: Destination Acceptance: at Government Deliver to: 221 3RD STREET WEST - BLDG 1040 RANDOLPH AFB TX 78150-4801 Quotes will be evaluated on lowest price with technical acceptability in accordance with specifications. The following clauses and provisions are applicable to this Solicitation and/or the resultant contract and can be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors--Commercial Items JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.219-1 Small Business Program Representations APR 2012 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies NOV 2013 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act--Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A System for Award Management Alternate A MAY 2013 252.204-7011 Alternative Line Item Structure SEP 2011 252.225-7001 Buy American And Balance Of Payments Program DEC 2012 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea JUN 2013 252.247-7023 Alt III Transportation of Supplies by Sea (JUN 2013) Alternate III MAY 2002 CLAUSES INCORPORATED BY FULL TEXT The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, DEVIATION applies to this acquisition 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision and submit with its offer. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Deputy Chief, Contracting Directorate, 2035 First Street West, JBSA Randolph TX 78150-4304, 210-652-7907; facsimilie 210-652-8344. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. NOTE: "Wherever the word 'TO may appear within the "DELIVERY SCHEDULE" and/or "PERIOD OF PERFORMANCE" schedule, it is intended to mean "THROUGH". Example: If delivery schedule/performance period is stated asbeing "01 Oct xx "* TO*" 30 Sep xx, it means "01 Oct xx "*THROUGH*" 30 Sep xx ". Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. 1194.21 Software applications and operating systems 2. 1194.22 Web-based Internet and Internet information and applications 3. 1194.23 Telecommunications products 4. 1194.24 Video and multimedia products 5. 1194.25 Self contained, closed products 6. 1194.26 Desktop and portable computers 7. 1194.31 Functional Performance Criteria - if applicable 8. 1194.41 Information, Documentation & Support - if applicable Further information and guidance can be found at http://www.section508.gov In accordance with FAR 52.212-1, Instruction to Offerors, submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery and must show, as a minimum: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary (as applicable); (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments, if any; (10) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Responses to this notice shall be provided via e-mail to: A1C Abigail Mello, at abigail.mello@us.af.mil and copied to SSgt Richard Bush, at richard.bush.3@us.af.mil. All responses shall be received NLT 2:00 PM on the 18th of March 2014. Email is the preferred method. Point of Contact: A1C Abigail Mello, Contract Specialist, Phone 210-652-5891 SSgt Richard Bush, Contracting Officer, Phone 210-652-8846
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/ FM308932590041/listing.html)
- Place of Performance
- Address: 221 3RD STREET WEST - BLDG 1040, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN03309559-W 20140315/140313234641-603dc7e74c6cdbe7e72daf25fce891e4 (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 |