Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
MODIFICATION

23 -- Fifth Wheel Crash Recovery Trailer

Notice Date
9/24/2004
 
Notice Type
Modification
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
FA4427-04-Q-0035
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
Point of Contact
Jason Weinstein, Contract Manager, Phone 7074247770, Fax 7074242712,
 
E-Mail Address
jason.weinstein@amc.af.mil
 
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 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, FA4427-04-Q-0035, is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 and Defense DCN 20040625. The solicitation listed here is 100% small business set aside. The Federal Supply Class (FSC) is 2330. The associated Standard Industrial Classification (SIC) is 5599. The North American Industry Classification System is 441229 and the associated business size standard is 500 employees. This request for quotation consists of the following: Item 0001 Fifth Wheel Trailer QTY 1, overall length 40’, overall box width 8’6” , overall height 8’11”, interior length 39’9”, interior width 8’, interior height 6’9”, platform height 18”, 18000 lb gross vehicular weight, payload capacity 10700 lb, hitch weight 1322 lb. Includes The following required features: Dust proof exterior side walls smooth metal- indigo blue .030 thick, 3/8” plywood sidewalls, 0.024 white aluminum interior covering, 60” aluminum double side door with steel header/frame/step, ¾” plywood flooring, independent torsion suspension axles/wide track axles e-z lube hubs Maxxis tires with stainless steel center caps, all-wheel electric brakes with 12v break away switch, ATP stone guard on landing gear supports, aluminum fenders, 8” I beam Mainframe/ 16” on center floor members, white vinyl finish ceiling, one piece seamless aluminum roof truck body styled flat top design, Ramp rear door 7000-pound capacity 88” width 73” height, Axle 6000 lb. Triple w/ structural changes to be framed as well as couplers and safety chains, Commercial Generator 6,600W 60AMPS w/40”x32” generator compartment and door, Corner drop post 3000 pound capacity (rear corners only), Hydraulic landing jack 10,000-pound capacity (single leg front), 58’E track recessed in floor, Spare Tire LT235/85r16 LRG tire/rim 7200 pound 8 lug each tire 3750-pound capacity each, Spare Tire compartment to be under floor I beam units only, 4 each 4’ fluorescent lights with diffusers, 1 each 110v switch, 4 each 110v interior receptacles, 1 each 50 amp breaker box with life line, 1 each cable hatch, 2 each exterior GFI receptacles 1 each 13.5 BTU a/c with heatstrip, 95.5” length, 25” depth, 36” height aluminum base cabinet installed on floor adjacent to sidewall opposite the side door in front portion of trailer. Include FOB Destination charges to Travis AFB, CA 94535. Include a copy of specifications with offer. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1. FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) to this provision is completed as follows: PRICE FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Quotes without this provision will not be considered for an award. FAR 52.212-4, Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items include clauses b(14), b(15), b(16), b(17), b(18), b(19), b(20), b(22), B(32), FAR 204-7, FAR 52.209-6, FAR 52.233-3, FAR 52.252-2,FAR 52.252-6, FAR 52.253-1. DFARS 252.204-7004 Alt A, DFARS 252.212-7001, DFARS 252.225-7001. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil/VFFARA.HTM. Vendors must be actively registered with (1) Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov (2) Wide Area Work Flow (WAWF). The WAWF website is https://wawf.eb.mil/. Contractors that are not registered with these programs (CCR and WAWF) may have their proposal rejected as non-responsive. Contractors are required to submit their TAX ID number, CAGE code, and DUN and BRADSTEET number with their proposal. Quotes may be transmitted by e-mail (preferred)to jason.weinstein@travis.af.mil or FAX to (707) 424-2712. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/60CONS/FA4427-04-Q-0035/listing.html)
 
Record
SN00682017-F 20040926/040924213350 (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.