Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

23 -- CUSTOMIZED 16' VEHICLE TRAILER - Statement of Need / Requirements

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Severe Storms Laboratory, 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
 
ZIP Code
73072
 
Solicitation Number
NRMAG0001501934DG
 
Archive Date
9/25/2015
 
Point of Contact
Dena Grose, Phone: 405 325-6513
 
E-Mail Address
dena.grose@noaa.gov
(dena.grose@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Need / Requirements. (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG000-15-01934DG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) Total Small Business Set-Aside. The associated NAICS code is 423430. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): Enclosed car trailer that is 8.5' wide by 8' Interior height and 16' long. All aluminum construction skin and frame, with the following characteristics: • Tandem axle rated at 4.8K or greater • Electric brakes • Aluminum walls • Solid rear wall • 32" wide side access door • Trailer hitch with 2 5/16" coupler • Reinforced floor, with 3/8" smooth aluminum plate added above normal aluminum floor • Reinforced roof supports • Roof hatch 38" by 32" (L x W), with cover • Diesel generator capable of providing 50 amp 240V power, mounted on the front of the trailer. The fuel tank should have at least 30 gallon capacity • Motor base 50 amp inlet, allowing trailer to be powered by shore power (via 36' cord, to be provided by vendor) or generator • Air conditioning system, rated at 2 tons, mounted on front wall of the trailer. • Aluminum exterior walls with riveted seams - White.063 • Gravel guard up 22" • Additional cross members to support equipment • Reinforce tongue to hold weight of generator • Flat front with square corners • One piece aluminum roof (VI) Place of delivery is National Severe Storms Laboratory, 120 David L. Boren Blvd., Norman, Oklahoma, 73072. Delivery shall be No Later Than December 1, 2015. FOB Destination. (VII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (VIII) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the follow evaluation criteria: 1) Technical Compatibility, 2) Delivery(3) and Price. (IX) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has 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, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has 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 agreements with the authority responsible for collecting the tax liability. (X) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XI) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (a) apply: None in this subparagraph apply. (XII) The following clauses are also applicable to this acquisition: 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 address: http:www.arnet.gov The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIII) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (a) Except as stated in paragraph (b) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (1) Any such clause is unenforceable against the Government. (2) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause. (3) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (b) Paragraph (a) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 3:00 P.M. CDT on September 10, 2015. All quotes must be emailed to the attention of Dena Grose. The email address is Dena.Grose@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Dena Grose, Dena.Grose@noaa.gov (preferred) or (405) 325-6513.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0f81edcd7702855d870cee264a593b5)
 
Place of Performance
Address: 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
Zip Code: 73072
 
Record
SN03866711-W 20150903/150902000616-a0f81edcd7702855d870cee264a593b5 (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.