SOLICITATION NOTICE
23 -- PURCHASE A CUSTOM MADE MOBILE COMMAND POST TRAILER WITH FIVE WORK STATIONS INSTALLED.
- Notice Date
- 11/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- 128 ARW/LGC, General Mitchell IAP ANG Base, 1919 East Grange Avenue, Milwaukee, WI 53207-6199
- ZIP Code
- 53207-6199
- Solicitation Number
- DAHA4703Q0102
- Archive Date
- 1/21/2003
- Point of Contact
- James M. Ensign, 414-944-8466
- E-Mail Address
-
Email your questions to 128 ARW/LGC
(james.ensign@wimilw.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation; offers are being requested and a written solicitation will NOT be issued. This solicitation number is DAHA47-03-Q-0102, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect thro ugh Federal Acquisition Circular Number 02-09. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 336212 with small business standard of 500 employees or less. This is a ?Best Value? so licitation and offerors should submit a quote that they feel will best support our requirements. Description of commodity: 1 ea. Customized Utility Trailer/Mobile Command Post with the following minimum specifications: Exterior Dimensions (max) 24? L x 8?6 ? W; Tandem Axle Configuration; Midnight Blue Color; Air Transportable; Kemlite wall covering; 5 workstations; Spare Tire with Tongue Mount; and 1 curbside door. Detailed specifications are required and available via fax or e-mail (e-mail is the preferred method for clarity) at the number/address below. The following FAR provisions and clauses apply to this solicitation: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contracto rs Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being price, delivery, prior performance, and ability to meet Government requirements with eac h being equally considered in the evaluation process); 52.212-3, Offeror Representation and Certifications-Commercial Items ; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Stat utes or Executive Orders-Commercial Items (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer- -Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated B y Reference; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses; The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7004, Required Central Contractor Reg istration; 252.212-7001 (Dev), Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.2 25-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act-Balance of Payments. Copy of provisi ons and clauses are available on the Internet at http://www.arnet.gov/far. Successful offeror must have a valid DUNS Number, be capable of receiving payment via Electronic Funds Transfer (EFT) and be registered with Central Contracting Registry (CCR) http: //www.ccr.gov. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000 and provide three (3) customer references with business name and point of contact with telephone number. The quotes mu st provide sufficient detail on the proposed item to allow the Government to make a best value determination. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Required information, completed offer and descriptive literature, may be faxed to 414-944-8781 or mailed to 128th Air R efueling Wing, Base Contracting Office, Attn: SMSGT James Ensign, 1919 E. Grange Avenue, Milwaukee, WI 53207-6141. Offer must be received not later than 4:00 P.M., local time, 22 November 2002. All responsible sources may submit an offer, which shall be co nsidered by the agency. Questions may be addressed to SMSGT James Ensign at (414)944-8466 or by e-mail at james.ensign@wimilw.ang.af.mil.
- Place of Performance
- Address: 128 ARW/LGC General Mitchell IAP ANG Base, 1919 East Grange Avenue Milwaukee WI
- Zip Code: 53207-6199
- Country: US
- Zip Code: 53207-6199
- Record
- SN00201660-W 20021109/021107213535 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |