SOLICITATION NOTICE
23 -- Combined Synopsis/Solicitation
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Contract Support Section, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-07-00087
- Response Due
- 1/26/2007
- Archive Date
- 2/26/2007
- Description
- NAICS Code: 336211 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.1, 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. This solicitation is issued under Request for Quotation (RFQ) number, RFQ-DC-07-00087 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-14. This procurement is a 100% small business set-aside under FAR part 19.5. The NAICS code for this procurement is 336211 with a size standard of 1,000 employees. DESCRIPTION OF REQUIREMENT: The freight van body will be mounted onto a Straight Truck, and will be used to securely contain and transport equipment during deployments. The freight van body cannot exceed an outside length of 29 feet; and must meet DOT limits after being mounted to the straight truck. Additionally, the freight van body must meet the following requirements: 1) Rear corner posts: 10 gauge steel, 4" x 4.5"; 2) Floor: 1 1/8" laminated hardwood; 3) Inside lining: sides and nose to be BP 70 Bullitex [or equivalent]; ceiling: 285 Kemlite [or equivalent]; 4) Bulkhead: FG Toughboy with 35" x 75" pass-through door, moveable 0.48 aluminum radius [or equivalent]; 5) Cross members: 4" steel I-beam on 12" centers and wheel plates; 6) Insulation: 1.5" urethane foam press injected walls, nose, floor, and ceiling; 7) Side posts: 1.5" extruded aluminum Z on 16" centers; 8 posts to have PVC for wire chase; 8) Roof bows: 1.25" extruded aluminum I-beams on 24" centers; 9) Two roof mount 15,000 BTU air conditioning units; 10) Diesel furnace: 25,000 BTU. DELIVERY: The van body shall be delivered FOB Destination to the Denver Federal Center, Denver, CO, 80225. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government and represents the best value, based on the following factors: time of delivery; proximity of ship-from location to Denver, CO; technical capability of the items to meet the requirements; and past performance. The aforementioned factors, when combined, are significantly more important than price. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offerors Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, and 52.232-33. These provisions may be viewed electronically at www.arnet.gov. Potential offerors are reminded that award can only be made to a Contractor registered in the Central Contractor Registration (CCR) database with an active DUNS number. QUOTE SUBMISSION INSTRUCTIONS: Offerors shall submit a firm-fixed-price quote, inclusive of all costs, for delivery to Denver, CO, 80225; along with the FAR 52.212-3 representations and certifications. In addition, offerors shall submit past performance references for three projects completed in the past three years that have similar scope, size and complexity as the project described herein. For each reference include the order number; name and description of the project; dollar amount; narrative discussion explaining how the item is similar in scope to that in this solicitation; and the name, title, current address, e-mail address, and telephone number of the contracting officer and project officer. Responses are due no later than January 26 at 2:00 PM EST and should be sent electronically to gilham.michael@epa.gov. Offers that do not comply with all the terms stated herein will be excluded from consideration.
- Record
- SN01214888-W 20070120/070119093632 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |