SOLICITATION NOTICE
23 -- Cardboard Collection Trailers
- Notice Date
- 4/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W3FC1041A001
- Archive Date
- 5/13/2011
- Point of Contact
- Benjamin Ackerman, Phone: 9075520194, Nissi S Griffin, Phone: 907-552-5456
- E-Mail Address
-
benjamin.ackerman@elmendorf.af.mil, nissi.griffin@elmendorf.af.mil
(benjamin.ackerman@elmendorf.af.mil, nissi.griffin@elmendorf.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 SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request F1W3FC1041A001 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, 12 Jun 2008. THIS IS A TOTAL SMALL BUSINESS SET ASIDE. The associated North American Industrial Classification System (NAICS) code for this procurement is 336214 with a small business size standard of 500 employees All responsible Contractors shall provide a quote for the following: Line Item 0001: DESCRIPTION OF REQUIREMENT: Provide Cardboard Collection trailers Qty: 10; Unit of Issue: Each for 673d CIVIL ENGINEERING GROUP The item, as follows, is on a firm fixed price basis: CLIN 0001: Trailers, 10 each. Contractor shall provide trailers meeting the following guidelines: -ALL TRAILERS SHALL COMPLY WITH DEPT OF TRANSPORTATION AND STATE OF ALASKA ROAD REQUIREMENTS -DIMENSIONS: 84" wide x 120" long x 78" high -Side and front reflectors, -Expanded metal sides and bottom (3/4 #9 standard not mroe than 70% open), continuous welded joints, tubing drainage holes, welded end caps, tubing-reinforced tops/bottoms -Dual swinging rear doors, cam bar lockable door latch, to include lock -Roof capable of handling heavy sow loads with 2" max drip edge or other drainage measure to protect cargo area. Roof shall be capable of 50% folding to allow top-loading and be totally removable if needed. Foldover engineering shall include 1" mimimum heaight rubber stops and two hinges. Roof must have locking latch/clasp to ensure security -Cardboard slots: Four 10" x 42" horizontal slonts, two on each side of the trailer at 66" above ground level. Slots shall be framed. Slots shall have double-hinged flip-down covers with latches to lock in open and closed positions. -Reinforced A frame tongue, no less than 750lb capacity with welded 3/8 x 3 flatbar or similar plate for tongue jack mount. -Double wheeled tongue-jack, mounted -Standard 2" ball coupler assembly installed, with coupler locks (one per trailer) -VIN stamped on tongue -Trailers numbered sequentially using number stencils on tongue -Wheel bearings "buddy bearing" type greaseable axle hub -205 x 75R 14 tires on steel wheels -Trailer shall be designed to not tip backwards -3000lb axle capacity -Sealed Taillights 16GA wire harness with 4-way flat plug with taillight guards to prevent crushing should trailer tip -Safety chains with quick link connector -Paint: Kelly Moore Base #6700-855 Color Code formula 02-236TAC or equal. All bare metal surfaces will be primed -Install four sign plates per trailer: 1ft x 2ft side signs, 1ft x 1ft signs back to back on rear right door. See Attachment for details -Six sets of keys -Two sets of 8" chock blocks per trailer. Chock blocks shll be 100% recycled tire rubber and/or recycled plastics. (End description). The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Addenda to the following paragraphs of 52.212-2 are: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made based on the lowest price technically acceptable offer. 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Alt III, Transportation of Supplies by Sea 52.232-18, Availability of Funds 252-232-7010 -- Levies on Contract Payments This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hill.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modifications of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 28 Apr 2011, 4:00 PM, Alaska Standard Time. Submit offers via fax to (907) 552-7496 or email to benjamin.ackerman@elmendorf.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FC1041A001/listing.html)
- Place of Performance
- Address: 673 CIVIL ENGINEERING GRP/ RECYCLING PROGRAM, Joint Base Elmendorf Richardson, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02432101-W 20110427/110425233959-790e4c0b4ac63e61ba8fd44968d412d5 (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 |