SOLICITATION NOTICE
W -- Mobile Light Trailers
- Notice Date
- 10/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Fort Irwin, Fort Irwin, CA 92310
- ZIP Code
- 92310
- Solicitation Number
- W9124B-11-T-0505
- Response Due
- 10/15/2010
- Archive Date
- 4/13/2011
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- 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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124B-11-T-0505 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-46. The associated North American Industrial Classification System (NAICS) code for this procurement is 532310 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-10-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The USA ACC MICC Fort Irwin requires the following items, Brand Name or Equal, to the following: LI 001, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government.Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 18 October-21 November 2010. Deliver to Ruba, FT Irwin, California 92310., 37, EA; LI 002, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 18 October-17 November 2010. QTY 18 EA Deliver to Area FASP, 18, EA; LI 003, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 67EA. Deliver to Area FOB DENVER (NV 449 112), 67, EA; LI 004, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 32 EA. Deliver to Area FOB SEATTLE (NV 238 200), 32, EA; LI 005, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 13 EA Deliver to Area FOB MIAMI (NV 588 054), 13, EA; LI 006, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 24 EA Deliver to Area FOB KING (NV 354 141), 24, EA; LI 007, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 25 EA Deliver to Area FOB DALLAS (NU 470 982), 25, EA; LI 008, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 12 EA Deliver to Area FOB RENO (LIVE FIRE) (NV 502 275), 12, EA; LI 009, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 15 EA Deliver to Area COP ABAR LAYLA (NU 353 968), 15, EA; LI 010, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 4 EA Deliver to Area POE, 4, EA; LI 011, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 7 EA Deliver to Area MEDINA JABAL (NV 439 101), 7, EA; LI 012, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 5 EA Deliver to Area MEDINA WASL (NV 368 119), 5, EA; LI 013, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 6 EA Deliver to Area FOB AKHDAR (NV 433 105), 6, EA; LI 014, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 2 EA Deliver to Area ALSHARQ (NV 592 159), 2, EA; LI 015, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 2 EA Deliver to Area MMA (NV 543 011), 2, EA; LI 016, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 8 EA Deliver to Area AL JAFF (NV 216 193), 8, EA; LI 017, Light Towers must be equipped with a towing pintle capable of being attached to a standard military HMMWV (M998). The contractor can also use or provide an Interchangeable hitch to place equipment for each location; however, the towing pintle must be in place no later than (NLT) the first day of Period of Performance (POP). The contractor shall ensure at least a minimum of 4 x 1,000 watt bulbs. Also, the contractor shall ensure the light bulbs have a total power output of not less than 4kW and a total power output for the generator of not less than 7kW. The contractor shall ensure all Light Towers are delivered with all necessary parts and generators must have a full tank of fuel. The contractor shall provide repair and/or replacement services for the leased equipment within 24 hours of a service call. The contractor shall have 24 hour emergency services and be capable of being onsite for repair within 8 hours of an emergency call. All backup units utilized in the event of primary failure shall be at no additional cost to the Government. Light sets must be able to operate on JP8 fuel and be full of fuel in initial delivery. The contractor shall provide all necessary parts, equipment and maintenance required to assure proper and continuous 24 hour functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle within 12 hours. All repairs and replacement cost are included in the price. Delivery/Pick up costs is included in the price. Items will be delivered to various locations within the Fort Irwin Training area. The equipment must be able to withstand 70+ MPH wind gusts and the rough high desert terrain of Ft. Irwin. Period of Performance is from 27 October-12 November 2010. QTY 2 EA Deliver to Area Al Zahoor (NV 131 195), 8, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Irwin intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Irwin is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3bda8a70b457b80a3c914843b88e186d)
- Place of Performance
- Address: Fort Irwin, CA 92310
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN02310789-W 20101016/101014233713-3bda8a70b457b80a3c914843b88e186d (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 |