SOLICITATION NOTICE
23 -- COMBINED SYNOPSIS/SOLICITATION-LAW ENFORCEMENT TRAVEL TRAILER
- Notice Date
- 6/9/2014
- Notice Type
- Presolicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- BLM WO-OFFICE DIV BUS RSRCS(WO850)1849 C ST. NW RM 1075 LSWASHINGTONDC20036US
- ZIP Code
- 00000
- Solicitation Number
- L14PS00577
- Response Due
- 6/24/2014
- Archive Date
- 7/24/2014
- Point of Contact
- Andrea J Ramos
- E-Mail Address
-
aramos@blm.gov
(aramos@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Land Management Utah Law Enforcement has a requirement to purchase anew travel trailer (2014 model or newer). Specifications for the new trailer are attached. The new trailer will be shipped and located in Salt Lake City, Utah. 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 solicitation is issued under L14PS00577 and is an invitation to provide a request for quotation. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular January 30, 2014. This procurement is a total small business set aside under NAICS 336214. Travel Trailer -Model year 2014 or newer -Bumper pull towing configuration -Length range of 28 to 40 feet -GVWR range of 6,000lbs. to 12,000lbs. -Dual axle -Minimum sleeping rating of 6 to 10 people -Main living area and sleeping area slide-outs -Dual propane tanks; minimum 7 gallon (30lbs.) each with regulator -Dual deep cycle battery electrical system -30 Amp electrical service connection -Hook up for city (culinary) water -Fresh water holding tank; minimum 50 gallons -6 gallon gas/electric auto ignition water heater -12 volt demand high capacity water pump -Grey water holding tank; minimum 60 gallons -Black water holding tank; minimum 30 gallons -Fully decked one piece walk-on rubber roof with minimum 10 year warranty -Optional exterior grill and/or kitchen -Radial tires -Full size spare tire -Roof access ladder -Auto ignition propane furnace; minimum 30,000 BTUs -Dual air conditioning units; minimum 13,500 BTUs ducted each unit -Ducted in floor heating -Digital thermostat -Fully insulated and enclosed underbelly/floor with thermal package including enclosed and heated underbelly, heated holding tanks, enclosed dump valves -Bathroom with shower/tub insert -Flushable toilet -Bathroom sink -Kitchen sink -Sleeper sofa -Minimum 3 burner range with 9,000 BTU capacity -Gas oven -Microwave oven -24 or larger LED or LCD television/entertainment center -AM/FM/CD/DVD stereo system with optional Bluetooth capability -Marine grade exterior speakers -Exterior shower -Dual power (electric or gas) refrigerator/freezer; minimum 6 cubic feet -Exterior lockable storage access doors -Lockable main entry door -Minimum interior height of 84 inches -Minimum interior height of 74 inches on all slide outs -Minimum size queen bed (60x74) in master bedroom with upgradable mattress -Minimum size queen bed (60x74) in second sleeping area with upgradable mattress -Diamond plate stone guard on front of trailer -Retractable patio awning; minimum 15 feet -Front and rear stabilizer jacks -If any warranty work is required on the new trailer it will need to occur locally. Quotes shall include information regarding the nearest authorized dealer repair facility for the proposed trailer and shall be located within 50 miles of zip code 84101. Price ________________________ 52.212-02, Evaluation - Commercial Items. Technical Performance: Prospective Offer must be regularly established in the business called for. Offeror must be a small business. Offeror must provide make, model, and other relevant information regarding the equipment proposed. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. Price. Technical and Past Performance, when combined are of significantly greater importance when compared to price. (b) 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 offer's 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 following Clauses are incorporated by reference and apply: 52.212-1, Instructions to OfferorsCommercial; 52.212-2, EvaluationCommercial Items; 52.212-3, Offeror Representations and CertificationsCommercial Items; 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.204-6, Data Universal Numbering System Number; 52.204-7, System for Award Management, 52.204-12, Data Universal Numbering System Maintenance; 52.204-13, System for Award Management Maintenance; 52.212-4, Contract Terms and ConditionsCommercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, Alternate 1; 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010);52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-1, Buy American Act - Supplies (FEB 2009); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2003);52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011); 1452.232-99 Providing Accelerated Payment to Small Business Subcontractors; 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011); DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011); 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012); 52.212-2 Evaluation - Commercial Items. (JAN 1999) ; 52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012) Offers are due no later than 8:00 AM MST, April 11, 2014. This requirement is 100% set-aside for small business. All offerors must be registered in the System for Award Management (SAM). You may register at: www.SAM.gov. Government Point of Contact: AJ Ramos Contracting Officer Bureau of Land Management 440 West 200 South Suite 500 Salt Lake City, Utah 84101 Phone: 801-539-4165 Fax: 801-539-4222 Email: aramos@blm.gov. Vendor proposals shall be provided no later than 06/24/2014 at 1:00 pm Mountain Time to aramos@blm.gov, proposals shall only be accepted by email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/UT/L14PS00577/listing.html)
- Record
- SN03389005-W 20140611/140609234229-c04503e0009d6eeaeda1571342c23232 (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 |