SOLICITATION NOTICE
61 -- Manhole Support Trailers
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- Reference-Number-F5040042521000
- Response Due
- 9/24/2004
- Archive Date
- 10/9/2004
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. 3. This is an unrestricted open market acquistion and small businesses will be evaluated in acccordance with FAR Part 8. The NAIC code is 335312. 4. This solicitation contains one line item as follows: CLIN 0001: Manhole Support Trailers, MFG: Team Tenex, MFG P/N: F-121NG, Quantity: 2 EA, OR EQUAL. The following options are required to be installed on the trailer: (Nomencalture/Mfg Part #) GENERATOR POWER SYSTEM: Fuel injected system 40 gals. #10-1070N; Locking Gas Caps (quantity:2) #10-0188; BRAKING and TOWING: Hydraulic surge brake system w/parking brake and lunette eye, #07-1034D; Safety chain asy 5/16 x 48? long with safet;y hooks. #10-0227X; Landing jack with 36? stem and semi-pneumatic tire. #23-0050; Tail light connector, cole hersee 6 prong. (Use w/electric brake system). #10-0096; Trailer lights (Peterson Brand) #Standard; STANDBY POWER: Power cord hard wired to rear of control box, 30 amp 220 VAC (w/storage) #10-0075; Hubbell receptacle 30 amp #27CM13. (SBC, Verizon-standard recpt.) #04-0260; VENTILATION/HEATING/COOLING SYSTEMS AND OPTIONS: Blower 2 speed w/hot water heat exchanger and 6000 watt electrice heat boost. #09-0052NA; Blower hose 8? x 25? (Non-insulated) #10-0007; COMPRESSED AIR SYSTEMS: Dual 1 ph oilless, 6.7 C.F.M @ 100P.S.I. (125 PSI max). #05-1001Y; Air hose reel with ?? x 25? hose, quick connector./ Labeled for dry air sys. #05-0061; Air hose reel with ?? x 25? hose, quick connector./Labeled for tool air sys. #05-1012; Heatless dryer system, 1.7 C.F.M. at 30 psi-6? towers. NOTE: Back-up for central office dryer system. (Includes ? HP compressors) # 05-1011; Moisture indicator mounted on dryer. #05-0019; WATER PUMPING SYSTEMS AND HOSE: Submersible 200 VAC, 2.3 HP 3? discharge, 160 GPM, 42 lbs. #10-0348F; Submersible pump remote on cord reel 25?. #10-1026; Hose discharge 3? x 25? w/quick conn. both ends. #10-1019; SAFETY AND WORK LIGHTING: Height adjustable light standard, curbside, w/2 flag holders. #10-0144; Height adjustable light standard, curbside, 2/2 flag holders (Use w/JIB crane). #10-0296; Dual floodlight 1000 watt w/one strobe beacon 120 VAC. #10-0255N; Inside storage for flood/strobe/rotating beacons. #10-1035; Flasher system for tail lights 12 VDC. #08-0025; ACCESSORIES: Manhole guardrail (steel). #10-0001; Manhole plank supports. (Aluminum) #10-0003; Manhole extension planks telescoping 4-6?. (Aluminum) #10-0024; Manhole rim 10? with seal (Aluminum). #10-0166Y; Fire extinguisher, 5 lbs, mounted on bracket. #10-1037; Wheel chock asy. Pair w/storage (Rubber). #10-0015; Safety tape package. (Rear bumper). #10-0150; Additional 220 VAC GFI protected receptacle, control panel mounted. #08-0026; Power cord reel 30? 110 VAC GFI protected, 10 amp, with three receptacles. #10-0094; Cone Storage bracket. #10-1061; D.C. accessory outlet, control panel mounted fuse protected (Cellphone). #10-1055. FOB: Destination. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. Written proposal should be limited to 2 pages. Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 5. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Best value will be based upon a tradeoff between non-price and price factors. The non-priced evaluation factors will receive an assigned rating of exceptional, very good, satisfactory, marginal, or unsatisfactory. Price: Offers will be evaluated for completeness, reasonableness and competitiveness. An offer proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirmed the extended amount. The Government reserves the right to enter into and agreement with other than lowest offeror. The Government intends to enter into and agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in its offer. 6. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 7. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Notice to Supplier, 52.245-4, and FAR 52.211-6 Brand Names or Equal;. 8. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 9. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal ? limited to 1 page; (b) bid schedule, (c) completed Representations and Certifications ?FAR 52.212-3?. 10. Quotations must be received no later than 6:00pm EST, September 24, 2004. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (F5040042521000) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1910. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn:MSgt Alber ? F5040042521000). 11. The Government Primary point-of-contact is MSgt Dennis Alber, 301-981-2387 (dennis.alber@andrews.af.mil). The secondary point-of-contact is Ms. Deborah Doyle, 301-981-2341, (deborah.doyle@andrews.af.mil).
- Place of Performance
- Address: 1539 D. Street Andrews AFB, MD
- Zip Code: 20762
- Country: United States
- Zip Code: 20762
- Record
- SN00678522-W 20040923/040921212326 (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 |