SOLICITATION NOTICE
23 -- MOBILE COMMAND CENTER
- Notice Date
- 9/1/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS, Unit 5201, Misawa AB, APO Japan, ., 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- F62509-03-Q-TB13
- Response Due
- 9/18/2003
- Archive Date
- 10/3/2003
- Point of Contact
- Wesley Mason, Contract Specialist, Phone 011813117663496, Fax 011813117663752, - Wesley Mason, Contract Specialist, Phone 011813117663496, Fax 011813117663752,
- E-Mail Address
-
wesley.mason@misawa.af.mil, wesley.mason@misawa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ F62509-03-Q-TB13. This procurement is a 100% Set-aside for Small Business. NAICS code 336214 applies to this solicitation. The size standard is 500. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This RFQ contains 22 lines items. The line item descriptions are as follows: L/I 0001, Qty 1 ea., Mobile Fire Safety Trailer/House for fire prevention: 3500 Front Command Post (35ft. length frame) Home d?cor model. Can be used as a secondary command center, including Bedroom, dimensions: 6?4? x 7?3? x 6?1?, includes 45? x 40? sliding escape window, 48? Hinged Bench and Hinged bed frame for storage (67? x 25?) with heavy-duty vinyl covered mattress; Kitchen, dimensions: 14?5? x 7?3? x 8?5?; Control Room, dimension: 4?6? x 3?1? x 8?5?; and Resource Area dimensions: 6?5? x 7?3? x 8?5?. All of the following line items should be completely installed in L/I 0001 before delivery. L/I 0002, Qty 1 ea., Weather Smart Package: includes Panasonic 25? Surround sound system with sub-woofer, CD/DVD player, simulated lighting and ?shaking? blinds with black out shades in the presentation room, Weather Radio Alert with Special Effect Lighting, Emergency lighting, Commercially produced DVD for sound effects and video in the Tornado and Hurricane Earthquake Package-add to the weather smart package a CD for sound effects and a second sub-woofer in the bedroom. L/I 0003, Qty 1 ea., 25? Panasonic TV/VCR combination built-in with exterior viewing. L/I 0004, Qty 1 ea., Monitor System Complete color: three (3) Phillips color Cameras with 4mm lens, one (1) Phillips 14? color monitor with 4-way switcher for control room. System has to be audio capable. Add an intercom system to this package. Add a roof-mounted camera with 360 degree viewing in a heated weatherproof box to this package. L/I 0005, Qty 1 ea., Loudspeaker system complete with wireless microphone: two (2) exterior speaker horns, one (1) wireless microphone and transmitter, and one (1) 30-watt amplifier. L/I 0006, Qty 1 ea., Honda EB6500SX Generator on hitch or in storage compartment with 12-volt blower fan. Includes wheel kit and soft vinyl Honda cover. L/I 0007, Qty 1 ea., Wheelchair ramp with on-board storage compartment, ramp should be 7ft in length. L/I 0008, Qty 1 ea., Full size Oak entertainment center with sliding pocket doors and storage includes: FM antenna, two (2) ceiling speakers and four (4) 110-volt receptacles. Holds 27 inch TV. L/I 0009, Qty 1 ea., Pull station with horn and strobe including master cut-off switch in control room. L/I 0010, Qty 2 ea., Carbon monoxide detectors: hard-wired detector with an on/off activation switch and the Nighthawk digital Read-out. L/I 0011, Qty 1 ea., 1.6 cubic foot refrigerator in kitchen built into lower cabinet. L/I 0012, Qty 1 ea., Command center package: a fold down counter installed above bed with two (2) land lines and (2) 110 volt receptacles, and one (1) antenna wire. L/I 0013, Qty 1 ea., Deluxe rollout awning: installed on the main entrance door side of coach. L/I 0014, Qty 1 ea., Electric leveling jack with auxiliary battery: installed in place of manual leveling jack. L/I 0015, Qty 1 ea., Spare Le Maitre: smoke machinge with wireless hand held remote. L/I 0016, Qty 1 ea., 4-gallon case: includes four (4)- one (1) gallon containers. L/I 0017, Qty 1 ea., Second air conditioner with 13,500 BTU?s. L/I 0018, Qty 1 ea., Appearance group: brushed aluminum wheels (not caps), flashing exterior porch lights with on/off activation switch, lighted exit sign installed above main entrance door with on/off switch, and 9-1-1 house numbers on exterior. L/I 0019, Qty 1 ea., Convenience package: 12 volt disconnect switch, heavy duty skid wheels, trailer leveling gauge, electric broom for easy clean-up, ten (10) replacement interior light bulbs, two (2) back-up bulbs, two (2) turn signal bulbs, five (5) step-light bulbs, 5-15AMP fuses, and carpet spot cleaner. L/I 0020, Qty 1 ea., Emergency group: spare rim/tire, back-up alarm 97db, rolling 3 ton jack, lug wrench, four (4) wheel chocks, and a set of three (3) safety triangle emergency reflectors. L/I 0021, Qty 1 ea., Prop group: four (4) gallon case smoke fluid, a welcome mat, kitchen towels/oven mitt/throw rug, rechargeable fire extinguishers (includes a 5, 10, and 20 pound extinguisher), electric toaster, battery powered smoke alarm, and a flash light. 26) Workstation: a fold down counter installed above bed with two (2) land lines, two (2) 110 volt receptacles, and one (1) antenna. L/I 0022, Qty 2 ea., Telescopic scene lights: 110 volt 500 watt lights installed on vehicle. End Item Description. Mobile Command Post item descriptions, including accessories, provided above are designed/manufactured by Mobile Concepts by Scotty. Submittal of ?Or Equal? items are allowed under this solicitation. When quoting an ?or equal? item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is POE (Tracy, CA 95376 (Vessel). If quote is based on FOB Origin, shipping charges must be indicated on the quote as a separate item. PROVISIONS/CLAUSES. The following provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Item. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation FAR 52.219-6, Notice of Total Small Business Aside (June 2003), FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13, Restriction on Certain Foreign Purchases (Jun 2003) (Dev), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFAR clauses cited is applicable to this solicitation: 252.204-7004, Required Central Contractor Registration (Nov 2001). Addenda to FAR 52.212-4: The following additional clauses apply to this solicitation: 52.233-2, Service of Protest (Aug. 1996): (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Wesley D. Mason (addressed as follows) by obtaining written and dated acknowledgment of receipt from 35th Contracting Squadron, Unit 5201, APO AP 96319-5201. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via Internet at http://farsite.hill.af.mil. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW FAR 13.106-2. Award will be made to the responsible offeror whose quote/offeror represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 17 September 2003, 0900 am, Japan Standard Time to the 35th Contracting Squadron/LGCA, Attn: Tommy L. Brooks Jr., Contract Administrator, Commercial Phone 010-81-3117-66-3496, Fax 010-81-176-52-4793, E-mail mailto:tommy.brooks@misawa.af.mil, or Wesley D. Mason, Contracting Officer, Commercial Phone 010-81-3117-66-3496, Fax: 010-81-176-52-4793, E-mail: mailto:wesley.mason@misawa.af.mil. LATE OFFERS: LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).? All contractors must be registered in the Department of Defense Central Contractor Registration database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, total weight, total cubic size (ft3), Line item unit price, and Total cost. POINT OF CONTACT Tommy L. Brooks Jr., Contract Specialist, Phone 011-81-3117-66-3496, Fax 011-81-3117-66-3752, Email tommy.brooks@misawa.af.mil Wesley D. Mason, Contracting Officer, Phone 011-81-3117-66-3496, Fax 011-81-3117-66-3752, Email wesley.mason@misawa.af.mil Email your questions to Tommy L. Brooks Jr. at tommy.brooks@misawa.af.mil
- Place of Performance
- Address: Misawa AB, Japan,
- Zip Code: 96319
- Country: Japan
- Zip Code: 96319
- Record
- SN00421660-W 20030903/030902213135 (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 |