SOLICITATION NOTICE
23 -- COMMAND AND CONTROL TRAILER FOR 146TH ALCF
- Notice Date
- 8/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- 146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
- ZIP Code
- 93041-4011
- Solicitation Number
- W912LA07Q9001
- Response Due
- 9/10/2007
- Archive Date
- 11/9/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii. The solicitation number is W912LA-07-Q-9001and is issued as a Request for Quotation (RFQ).???? iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 and DCN 20070802.???? iv. This notice is 100% set-aside for small business concerns. The associated NAICS code is 336214 and small business size standard is 500.???? The Small Business Competitiveness Demonstration Program does not apply for this acquisition.???? v. Request qu ote on the following item(s) and quantity(s): (0001) - Qty 1(ea) - Mobile Command Trailer (Offeror shall meet all specifications as set forth in the Specifications, dated 01 August 2007, Reference No.: W912LA-07-Q-9001.) vi. Please see Specifications (belo w) dated 01 August 2007, Reference No.: W912LA-07-Q-9001. Offerors shall provide the requested brand name or equal (if specified), though any Offeror providing an or equal product shall provide specification sheets or product literature for evaluation by t he government.???? vii. Offers shall clearly specify a delivery date and type of freight transportation (FOB destination or origin).???? It should be noted that the government prefers FOB destination.???? Delivery shall be made to Channel Islands Air Natio nal Guard Station, 146 ALCF, Attn:???? SMSgt Ernest J. Cajiuat, 106 Mulcahey Drive, Port Hueneme, CA 93041-40003 for inspection and acceptance by an authorized government official, unless otherwise indicated by the contracting officer.???viii. The provisio n at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition; as well as the following addenda: (b)(12)???? ix. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. ???? The government will award a contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered.???? The significant evaluation factors sha ll be price and technical capability of the item offered to meet the needs of the government, and those factors other then cost or price, when combined are approximately equal to cost or price. x. Offerors shall include a copy of the provision at FAR 52.2 12-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.219-1 (Alt I), Small Business Program Representations, with their offer.???? Any offer received by the government not including these provisions may result in the government not considering your offer for evaluation.???? The government may provide these documents as an attachment to this solicitation or via email; though offerors are encouraged to download the most current reference from http://farsite.hill.af.mil.???? --- Note Of ferors may elect to complete the representations and certifications online at https://orca.bpn.gov.???? When completing online via ORCA, the offeror is still required to provide a written copy of FAR 52.21 2-3, Representations and Certifications-Commercial Items, though section (k) of this provision need only be completed (written copy of FAR 52.219-1, Small Business Program Representations not required).???? If the offeror does not elect to complete representations and certifications online, sections (b) t hrough (j) of this clause shall be completed as applicable. xi. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause xii. The clause at FAR 52 .212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-C ommercial Items (Deviation), applies to this acquisition. xiii. The following clauses and/or provisions apply to this acquisition:???? FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting Wit h Contractors Debarred, Suspended, or Proposed for Debarment;???? FAR 52.211-6, Brand Name or Equal; FAR 52.219-1 (Alt I)FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor;???? FAR 52.222-19, Child Labor-Cooperation with Au thorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Pl ace of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requir ements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; Defense Acquisition Regulation Supplement (DFARS) 252.204-7003, DFARS 252.204-7004 (Alt A), Central Contractor Registration; FAR 252.204-7006, Billing Instructions; Control of Government Work Personnel; DFARS 252.212 -7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation);???? DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Coun try Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications.???? xiv. The following additional contract requirement(s) or terms and conditions apply to this acquisition: (1) The offeror shall provide the government with a standard commercial warranty that at a minimum meets that which is offered to commercial marketplace.???? (2)???? The offeror shall provide specification s, drawings, and product literature which sufficiently describe the trailer, trailer features, and accessories.?????? xv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A?????? xvi. The following Numbered Notes apply to th is acquisition: N/A?????? xvii. To view FAR and DFARS clauses see http://farsite.hill.af.mil/. xviii.. The date, time, and place for submission of offers is as follows: 07 September 2007 - 1:00P.M (Local/PDT) - Offers shall be mailed to the following address:???? 146th Airlift Wing/Contracting, Attn: Karen Wegner, 119 Mulcahey Drive, Port Hueneme, CA 93041 -4011.???? Submit written offers (oral offers will not be accepted) via mail, email or fax.????ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOV ERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1.???? xix. For further information regarding this solicitation, offerors can contact the following individual(s): Karen R. Wegner - Contract Specialist, Ph: 805-986-7972, Fax: 805-986-7946, e-mail: Karen.wegner@cachan.ang.af.mil or MSgt Jon D. Ransom Base Contracting Officer, Ph: 805-986-7970, Fax: 805-986-7946.???The 146th Contracting Office can be reached by email at the following address:???? MSC.146AW@cachan.ang.af.mil.???? ---PLEASE P ROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOL ICITATION THROUGH EMAIL--- Specifications F8S1AL7190A001 SPECIFICS OF THE COMMAND & CONTROL TRAILER 1. Trailer Clarifications - The government will refer to the areas of the trailer as follows: a. When standing inside the trailer, the right side (curb side) shall be at your right when looking in the direction of the trailer tongue. b. When standing inside the trailer, the left side (street side) shall be at your left when looking in the direction of the trailer tongue. 2. Trailer Dimensions - The government preferred dimensions are as shown below: Tongue Length Trailer Length Width Height Desired Trailer Dimensions 4 16 96 95 Maximum Trailer Dimensions 4 16 96 108 3. Axles and Brakes - Tandem high speed torsion axles with electric brakes and with emergency disconnect battery system shall be installed. 4. Wheels and Tires - Wheels and tires sufficient for the trailer size and weight of the trailer, and safely capable of daily road wear and tear shall be installed. The manufacturer shall ensure the trailer does not exceed the maximum height and width spe cifications when tires and wheels are properly mounted. A full size spare tire shall be included with preferred storage location mounted under the countertop inside the left rear of the trailer. A tire changing jack with tools shall also be provided. 5. Lunette Trailer Coupler - A Lunette Eye coupler of sufficient design for the trailer size and weight shall be installed on the trailer tongue. 6. Safety Chains Two heavy duty safety chains with hooks sufficient for the trailer size and weight shall be installed. 7. Electrical Towing Connection - The electrical towing connection shall be a standard 7 pin trailer connector. 8. Tongue Jack - One heavy duty drop leg tongue jack with steel disc foot sufficient for the trailer size and weight shall be installed on the trailer tongue. 9. Stabilizer Jacks - Four stabilizers sufficient for the trailer size and weight shall be installed with one stabilizer at each of the trailer corners. 10. Tie Down Rings - The trailer chassis shall have eight exterior tie down rings screwed in and welded at locations that allow for optimal load distribution of trailer weight and tie down. Tie down rings will be rated for at least 3 times the weight of t he trailer. 11. Insulation - The floors, walls, and ceiling and doors shall be insulated with a minimum of R-11 insulation or comparable material. 12. Radio Racks - From floor to ceiling, two standard 19 four post, open rail, electronic equipment racks (Winsted model 90016 70x24, or equal) shall be installed with cable shock mount (400 Lbs. rated capacity), restrained top and bottom. One rack s hall be mounted up to the front wall and to left side wall. The second rack will be mounted up to the front wall and to right side wall. This will result with open access between the two racks. 13. Work Countertop - The trailer shall have a laminated countertop surface installed which runs from the rear of the trailer to 6 from equipment rack on street side. The countertop shall be 18 in depth and the top shall be 32 from the floor. This will allow for three laptop workstations with a working height of 32. The entire work surface shall be hinged and have the capability of being lifted/folded up and secured/stowed against the street side wall. The securing mechanism for the countertop shall be of sufficient strength to stay securely stowed while the trailer is being towed or shipped by air. 14. Interior Lighting - The interior of the trailer shall have three 2 bulb fluorescent light fixtures, one fixture installed above each work station, spaced equally apart and offset from center of trailer. Fluorescent lighting diffuser lenses will fully enclose the bulbs (environmental fixtures). Each fluorescent lighting fixture shall have individual dimming switches allowing independent dimming capabilities for each light fixture. 15. Windows - The trailer shall have three fixed, clear glass safety windows, measuring 3 high by 4 long on the street side. Glass shall be installed with a slight angle to reduce glare, top edge of glass tilted out and bottom edge tilted in, similar to a sound studio. Alternately; the manufacturer may install one 3 high by 12 long fixed window, on the basis that there are 3 distinct sections separated by channels. Thickness of the window glass sh all be determined by safety requirements for the size of the window. 16. [Please quote as an option.] Interior Wall Surface - All interior wall and door surfaces shall be white in color and of a dry marker writeable/erasable (white board) type surface. 17. Entry Doors - The trailer shall have two entries. One, two door entry in rear and one single door entry on the right side. Each door shall have full length continuous hinges, dead-bolt locks, and handles. The right side door shall be approximately 6 high by 3 wide, allowing clearance for an average person to pass through. The rear doorway shall consist of double overlapping doors, totaling approximately 6 high and 5 wide. All doors shall have the capability of securing when fully open to preven t movement due to such occurrences as high wind. 18. Electrical Input Supply Box - There shall be an electrical box (NEMA 3R type) installed on the outside front wall of the trailer and will include a pigtail from the interior distribution panel, to provide power to the trailer. 19. Internal Electrical Distribution Panel - Heavy duty 100 amp, 240v/120v single phase load center with breakers shall be installed. The panel shall have breaker capability sufficient of simultaneously powering four computers (voltage = 115), two PSC-5D radios (voltage = 115), one air conditioner with heating strip (voltage = 240), four fluorescent light fixtures, four 500 watt flood lights (voltage = 115), and various other receptacles (voltage = 115). 20. Electrical Outlets - The interior of the trailer shall have eight GFI protected duplex receptacles. There shall be three receptacles spaced under the countertop on the street side wall, three on the right side wall, and two centered on the front wall of the trailer. 21. [Please quote as an option.] Flood Lights - The exterior of the trailer shall have four, 500 watt quartz flood lights with stainless steel mounting brackets. There shall be one flood light mounted near the roof on each corner in the front, facing for ward. There shall be one flood light mounted near the roof on each corner in the rear, facing rearward. 22. Air Conditioner - The trailer shall have one 1.5 ton wall mounted A/C unit with a 5 KW heat strip. 23. Ladder - A heavy duty ladder shall be mounted to the front wall of the trailer for access to the roof. 24. Roof Reinforcement The roof shall be reinforced along the entire roof area with anti-slip diamond plate pattern type material to allow for personnel access and placement of temporary antenna equipment. 25. D Rings - Two rows of non-recessed D-Ring style tie downs shall be installed front to rear on the roof. The D Rings shall be spaced every 24 on the roof from the front edge to the rear edge of trailer, one row spaced 24 from the left side and one row spaced 24from the right side of trailer. 26. Trailer shall be D.O.T. approved and meet all criteria required to be classified as street legal. 27. Exterior Color - Desired color is white. 28. Brake Lights and Running Lights - All turn signals, brake lights and running lights, shall be with LED lighting. 29. Interior Flooring - The interior floor covering shall be made of a durable and seamless material allowing for easy cleaning. 30. The manufacturer shall call the 146th Airlift Control Flight at 805- 986- 7602 for answers to any questions concerning this order. 31. The government requests delivery by no later then 60 days after receipt of order to the 146th Airlift Control Flight, 106 Mulcahey Drive, Port Hueneme, CA 93041.
- Place of Performance
- Address: 146th MSG/MSC 119 Mulcahey Drive, Port Hueneme CA
- Zip Code: 93041-4011
- Country: US
- Zip Code: 93041-4011
- Record
- SN01369131-W 20070812/070810221923 (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 |