SOLICITATION NOTICE
A -- Transport Shelter & Power System
- Notice Date
- 6/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-14-P-0006
- Response Due
- 6/20/2014
- Archive Date
- 8/4/2014
- Point of Contact
- Jocelyn Shively, 703-704-0825
- E-Mail Address
-
ACC-APG - Washington
(jocelyn.shively@us.army.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 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 is a combined synopsis/solicitation for items prepared in accordance with the Federal Acquisition Regulations (FAR) as applicable, and as supplemented with additional information included in this notice. This synopsis/solicitation is a Request for Quotation (RFQ), W909MY-14-P-0006. This announcement constitutes the only solicitation; quotes are being requested from SMALL BUSINESS ONLY and a written solicitation will not be issued. The US Army Contracting Command-APG-,Belvoir Division intends to award a contract at a firm fixed price on behalf of Night Vision and Electronic Sensors Directorate (NVESD), at Ft. AP Hill, VA. This procurement will be evaluated as lowest price technically acceptable, for the procurement of Transport Shelter & Power System The solicitation number is W909MY-14-P-0006 and is issued as a request for Quote (RFQ). All responsible sources may submit a quotation, which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 336214. This requirement is restricted as a SMALL BUSINESS SET-ASIDE and only qualified offerors may submit quotes. Offerors must be a SMALL BUSINESS and registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, it may do so through the SAM website at https://www.sam.gov. The requirements are as follows: A Transport Shelter & Power System is required for an Atmospheric Transmissometer that will provide absolute atmospheric transmission in the field at test locations across the United States from within a stable grounded platform with internal power. This transport shelter and power system must be able to lift and move an existing Ritchey-Chretien telescope. A drawing is attached for reference, and the specific requirements are listed below. Special Requirements: Width: 8.5 ft Length: 24 ft V-nose to enhance fuel economy Height: 7. s ft GVWR: 15,400 Axles: (2) Dexter 7000 lb, Torsion, EZ LUBE, W/ BRAKES, 44 quote mark spread C2C w/fenderetts Color: Polar White Cabinet Color: Polar White Frame: ATC Full perimeter, all aluminum to prevent corrosion Construction: All aluminum tube, rivet on trim, Floor: Extruded aluminum, with 4'x4' hatch w/d-ring handles, LR centered, at and forward of axle. Walls & Ceiling: aluminum, screw-less, insulated Wall support: 16 quote mark Off Center - 1 quote mark x 1.5 quote mark Roof cross members: 16 quote mark Off Center - 1 quote mark x 3 quote mark Front Cover: Stainless Steel Wedge on the V-nose Tow Jack: 5000# Zinc Top Wind Coupler: 2-5/16 quote mark Floor cross members: 16 quote mark Off Center - 2x8 Tires: ST235/85R16 large radial on grey mod wheel (4 plus 2 spare) Wheel boxes: smooth aluminum radius edge Roof: Vent: Yes Lower rub rail: 3 quote mark Aluminum w/lighting Upper rub rail: 3 quote mark Aluminum w/lighting Skin: 0.30 Aluminum screw-less exterior Roof: one piece aluminum Stone-guard: 24 quote mark ATP with J-Rail Clearance lights: LED Break lights: LED Partition wall: Welded construction starting at v-nose Leveling System: Equalizer Systems Automatic Hydraulic Four Post w/manual override Weight distribution: Yes, pending location w/safety chain Sway Control mount: Yes, pending location High interior wall spare tire mounts for two spare tires (or in v-nose) Port side door: 48 quote mark w/ tinted window FMVSS, cam bar lock and stainless holdback. Starboard side door: 48 quote mark w/ tinted window FMVSS, cam bar lock and stainless holdback. Generator door: 28 quote mark door in v-nose w/FMVSS, cam bar lock and stainless holdback. Rear ramp door: 6' wide, extruded aluminum, 3000 lb, cam bar lock and stainless holdback Awning: 15' manual awning with aluminum weather shield Front compartment lighting: Dome light, L.E.D., 12V (recessed w/trim ring) Work space lighting: Six 18 quote mark rectangular L.E.D. lights, 12V (recessed w/trim ring) Overhead cabinet lighting: Puck light, 12V L.E.D. 5 quote mark, located under overhead cabinets Exterior Lighting: Six recessed 12V L.E.D. dual lights w/aluminum housing Generator compartment lighting: Dome light, 12v, L.E.D. (recessed w/trim ring) Batteries: Two fused and wired battery box 12v deep cycles for lighting and hydraulic leveling Lighting wall switch: Three 12v switches for flood lights on each side. Three way wall switch: One pair of 12v Interior receptacles: Three 20 AMP, 120V, dedicated, GFCI Exterior receptacles: Three 20 AMP, 120V, dedicated, GFCI Converter: 55 AMP w/ battery charger. Breaker Box: 50 AMP, NEMA 1450, 25', shore power cord 1450P, 6/12 circuit panel, exterior inlet Power: 12.0 KW ONAN Quiet Diesel (120V/240V) w/remote start, iso mount, generator wiring and prep Fuel tank: 24 gallon in frame w/ fuel gauge Fuel door: lockable, cast aluminum Generator compartment: insulated w/ galvanized liner, 48 quote mark x 36 quote mark vented top hinge door w/gas shocks Transfer switch: 50 AMP, automatic Heat: Heat strip for AC, DOMETIC AC: 15,000 BTU, DOMETIC Upper Cabinets: (1)2 ft, approximately50 quote mark x24 quote mark door (2) 6ft, approximately 18 quote mark x14 quote mark doors Lower Cabinets: (1) approximately4ft, with 2 doors, (2) approximately 4 ft with tool cabinet insert (3) Aluminum counter top Floor D-rings: Eight, recessed, 5000 lb capacity Wall & Ceiling supports: Welded into wall ceiling structure for hoist crane system Lift system: 8'x 6' STRUT crane system, 4 posts, monorail, and hoist, from center cutout rearward. Warranty: 5 year structural, 3 year limited, 1 year electrical, 2 year ISTRUT CAD design drawings required prior to build. Shipments are to be FOB Destination. All items are to be shipped to: NVESD Drop Zone, 8715. Mosby Rd, Ft. AP Hill, Bowling Green VA. 22427 The anticipated award date is 15 days from the issuance of this combined synopsis/solicitation. Delivery is required within 30 days after contract award, FOB Destination. The solicitation documents and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The following provisions are applicable to this solicitation: DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH DEC/2010 CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT FAR 52.243-1 CHANGES--FIXED PRICE AUG/1987 DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT APR/1992 DFARS 252.204-7008 EXPORT-CONTROLLED ITEMS APR/2010 DFARS 252.225-7013 DUTY-FREE ENTRY DEC/2009 DFARS 252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT MAR/2000 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC/2006 DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS DEC/1991 FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.243-1 CHANGES--FIXED PRICE AUG/1987 FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders FAR 52.212-3 Offeror Representations and Certifications FAR 52.215-6 Place of Performance FAR 52.227-1 Authorization and Consent DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFARS 252.227-7028 Technical data or computer software previously delivered to the government DFARS 252.204-7000 DISCLOSURE OF INFORMATION DEC/1991 DFARS 252.243-7001 Pricing of Contract Modifications FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright infringement FAR 52.227-3 Patent Indemnity FAR 52.227-6 Royalty Information FAR 52.227-09 Refund of Royalties DFARS 252.227-7015 Identification and Assertion of Use DFARS 252.227-7016 Rights in Bid or Proposal DFARS 252.227-7017 Identification and Assertion of Use, release or disclosure restrictions DFARS 252.227-7025 Limitation on the use of disclosure of the government- furnished information marked with restrictive legends DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT MAR/2000 BASIS FOR AWARD: The Government intends to make an award on a competitive basis to the offeror who submits the lowest price, and deemed responsive to the terms of this solicitation and responsible by the Contracting Officer. In accordance with FAR 52.212-2 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. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Contracting Officer reserves the right to make no award under the procedures. Offers are to be received by 20 June 2014, 5pm Eastern Standard Time. The US Army Contracting Command utilized the Army's Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFP's), Request for Quotations (RFQ's), and Invitations for Bids (IFB's) from Army Contracting Command to industry. All interested parties are invited to access, operate, send and receive information from the Army's Single Face to Industry. The point of contact for this action is for this action is: Jocelyn Shively, jocelyn.n.shively.civ@mail.mil. Quotes shall be submitted by email to: jocelyn.n.shively.civ@mail.mil All quotes /offers received after the specified due date and time of 20 June, 2014 by 5 PM will not be considered for award. The email subject line should include the phrase quote mark W909MY-14-P-0006 quote mark. All requests for further information must be in writing and via email to the above address; telephone requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/607a665348bb761ec439ee51ee3edee6)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03386994-W 20140607/140605235427-607a665348bb761ec439ee51ee3edee6 (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 |