Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2004 FBO #1033
SOLICITATION NOTICE

23 -- Robot Trailer

Notice Date
9/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQE000241
 
Response Due
9/28/2004
 
Archive Date
10/13/2004
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) E000241 is assigned and shall be referenced on any quotation. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business- Small Purchase Set-Aside. This solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. All questions in reference to this requirement shall be submitted via fax within five days after this posting, all response will be posted on this site. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC ) 01-24. The North American Industry Classification System (NAICS) is 423110 and the Business Size is 500 employees. The FBI intends to award a Firm Fixed Price One Time Buy contract for two (2) Robot Trailers. The Robot Trailers shall conform to the following list of minimum specifications: SPECIFICATIONS: (1) Must be 26 ft in length (approx. 22 ft usable interior), 7 ft wide, and have an interior height of at least 72". (2) Sidewalls of trailer to be 0.30 aluminum sheet riveted to side posts on 16" centers, and painted white. (3) Floor must be constructed of full height structural steel cross members with 3/4" plywood flooring, finished with heavy duty vinyl. (4) Must have rear exit door/ramp installed for large equipment loading. (5) Must have one curbside entry door installed (6) Body will be insulated with spray foam insulation. (7) Cabinets will be custom built and installed along walls of the body as per customer design, will be constructed of 3/4" luan plywood, and be finished with laminate. Will provide and instal work station area, and equipment rack. (8) A 12.0 KW Onan diesel generator and fuel tank will be installed in an exterior compartment on the street side of unit. Remote start/stop mounted in load center panel. Three position Transfer switch for compartment generator and line power will be installed and located in load center. (9) A 50 amp battery charger/converter will be installed. (10) Load center to be located in storage cabinet, and consist of an anodized aluminum panel equipped with switch type circuit breakers for both AC and DC power. (11) A power transfer switch to select either generator or shore power will be installed. (12) A 50 amp 220VAC shore power inlet will be provided with 25 ft shore cable. (13) Two (2) 120 vac 4 ft flourescent lights to be mounted to the ceiling, and two (2) 12 vdc dome lights will be installed in ceiling of body. A 12vdc light will be installed in every compartment. (14) Six (6) scene lights will be installed on the exterior of the body, two (2) on the street side, two (2) on the curb side, and two (2) on the rear of the body. (15) Four to six 120 vac interior duplex outlets will be installed on the interior, and two 120 vac exterior duplex outlets will be installed on the exterior. One on each side of the trailer. (16) Provide and instal two 13,500BTU 110vac roof mounted air conditioner with heat strips. (17) Provide and install 42 ft telescoping mast and compressor system in front of unit. (18) Provide and instal carbon monoxide detector inside unit (19) Provide and install 12 volt refrigerator, and microwave. (20) Provide catwalk on roof of trailer to allow roof access and antenna placement. Provide and instal exterior roof access connecter for cable pass through. (21) Ball hitch 2 5/16", GVRW 10,000 lbs, Tandem axle, 15" tires, Electric Brakes with breakaway battery. (22) Provide two (2) roll around chairs with transit holders. (23) Install raceway for equipment wiring from equipment rack to workstations. Provide 1 year complete warranty on all materials and workmanship. Delivery time 60 - 90 days after receipt of order. Destination shall be FOB: Federal Bureau of Investigation, Engineering Research Facility, Building # 27958A, Quantico, VA 22135. All responsible sources may submit a quote which will be considered. All quotes shall be submitted to the address listed above no later than 2:00 PM, ET, September 28, 2004, clearly marked with RFQ E000241. Fax quotes will be accepted and, in fact, are encouraged at (703)339-2750. No hand carried proposal will be accepted. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, your quote will be considered late. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the item meets the specifications of this requirement. The following clauses apply to this requirement and are hereby incorporated by reference: FAR provision 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004); FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JUN 2004); FAR 52.204-7 Central Contractor Registration (OCT 2003); FAR provision 52.215-5 "Facsimile Proposals" (OCT 2003); FAR 52.232-33 Payment by Electronic Funds Transfer; Each offeror shall include a complete copy of the FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (MAY 2004); FAR 52.212.2 Evaluation of Commercial Items (JAN 1999) are tailored to read as follows: The following factors shall be used to evaluate offers: Technical, Past Performance and Price. Past Performance shall consist of: Quality of Product, customer satisfaction, and adherence to delivery schedule. To verify these past performance requirement, each contractor shall provide at a minimum of three (3) names and telephone number of customer that have acquired the same or similar products for the past performance evaluation. Technical (technical design, and capability of the items offered to meet the governments need) and Past Performance, when combined, are significantly more important than price. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.20180 Contracting Officers Technical Representative (COTR) (JAN 1985); JAR clause 2852-233-70 "Protest Filed Directly with the Department of Justice (JAN 1998).
 
Place of Performance
Address: Quantico, Virginia
Zip Code: 22135
Country: USA
 
Record
SN00679293-W 20040924/040922211720 (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 |
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.