Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

23 -- Car Hauler Trailer

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J7-12-R-0006
 
Response Due
9/5/2012
 
Archive Date
11/4/2012
 
Point of Contact
Kevin J. Thompson, 208 272-4601
 
E-Mail Address
USPFO for Idaho
(kevin.j.thompson1@us.army.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 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912J7-12-R-0006. All proposals shall reference the RFP number and shall be submitted by 2:00 P.M. local time on 5 September 2012. The anticipated award date is 14 September 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58 dated 18 May 2012. This solicitation is issued as 100% Small Business Set Aside. The North American Industry Classification system code (NAICS) 336214 Travel Trailer and Camper Manufactures size standard of 500 Employees. This is not a Defense Priorities and Allocations System rated action. Proposal will be evaluated on price and past performance with price being most important. a. Proportions/ General Specifications (1)Shall be lightweight, (No more than 7,000 lbs delivered) with adjustable, auto leveling air-ride suspension and electric jacks/levelers. (2)Shall be an Aluminum v-nose trailer 24' box length. (3)Shall be maximum allowed width of eight and a half feet, and have a 7' ceiling height. (4)Shall have a durable, washable, non-slip floor coating, panel walls and recessed d-ring tie down points throughout. (5)Shall have 2, 20' awnings, one per side. (6)On the front roof the trailer shall have a ladder and observation platform approximately 5' x 8' for mission tracking with tie downs for antennae masts and pre-installed pass through boxes for antennae cables that feed to a junction box under the desk top of the front interior workstations. (7)Shall be equipped with no less than 8 red and blue exterior LED emergency lights visible from all angles; 4 work lights, 2 per side; interior of trailer must be well lit by both 12v lights using high output/energy efficient LED lights. (8)Shall have an onboard 7kw quiet gas generator with a 15 gallon tank, RV style propane forced air heat, and two large capacity air conditioning units, one in the front and one in the rear. (9)Shall have a wire-trough that runs the length of the left side of the trailer to enable the addition of future cabling with a pass through box access at the front and in the rear over the wheel well. (10)Shall have a junction box on the front of the trailer with outlets to supply external power, connect to an Ethernet network, connect to shore power via a 50 amp "male" RV receptacle and an outlet to supply power mounted on the rear exterior of the trailer (11)Shall be pre-wired for Ethernet from the junction box to two Ethernet ports on the front two workstations. (12)Shall be pre-wired with two wall mount antennae, coax and HDMI connectors; one in the front and one in the rear. (13)V Nose shall contain the generator, fuel tank, propane storage, and 8 SCBA air bottle storage tubes, with any other available space optimized for storage. b. Garage area (1)Shall have a rear loading ramp for Polaris Ranger Crew ATV and two full-height RV style man (36" x 72") paddle lock door with screened windows, one on the left side rear and one on the right side in front of the wheel well. (2)Shall have approximately 2 parallel, 14' lengths of recessed e-track in floor. (3)Shall have 2 heavy duty fold-down couches one per side approximately above the wheel wells and a 36"x18" fold up table on the right rear side. (4)Shall have a 18" x 36" work bench mounted to the partial wall that abuts the office area dividing wall, additionally above the bench shall be a built-in tool box, a cabinet and parts bin (5)Shall have no less than 6 outlets on the walls and a larger "strip" of outlets on the work bench (7)Shall have a 6 cubic foot RV style refrigerator (dual fuel/propane and electric) and a 5 cubic foot RV or Marine freezer (separate units side by side), underneath at least an 18" x 36" counter top a microwave, a coffee pot and pantry/cabinet space above the countertop along the garage side of the dividing wall. d. Survey Operations Center area (1)Shall be a walled partition in the front 8 feet of the trailer accessible through a 36" wide built-in sliding door on the right side of trailer that opens to the left. (2)Shall have an L-shaped wrap around desk on two walls that is 18" deep and spans the full width of the trailer at the front and abuts the partition wall on the left side of trailer space for 3 total workstations each with a lockable desk drawer (two side by side in the front and one on the left wing). (3)Shall have minimum of 6 electrical outlets on the work desk, 4 on the front and one on the wing. (4)Shall have two tinted bay windows, one on each side approximately 30" x 48" (5)Shall have 2 fold down jump seats on the partition wall (6)Shall have cabinets above the jump seats on the partition wall. The offeror shall provide a point of contact, current telephone numbers email for each contract. Vendor shall also provide DUNS Number and CAGE Code for CCR verification. The vendor shall identify the number of days it will take to provide the requested services. Failure to do so will indicate an acceptance of a delivery date of 90 Days from date of Order. Offerors are reminded to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.204-7, Central Contracting Registration, FAR 52.222-25, Affirmative Action Compliance, and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, are hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 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; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim. The following additional clauses and provisions are incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference. The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil/vffar1.htm. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities,252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002 Request for Equitable Adjustment. Sign and date your offer, the original must be submitted to Idaho Army National Guard, USPFO-Contracting, 3489 W. Harvard St. Bldg 564, Boise ID 83705-6512, ATTN: Kevin Thompson, Contracting Officer at or before 2:00 p.m., 5 September 2012. For information regarding this solicitation contact Kevin Thompson at 208 272-4601 or email at Kevin.j.thompson1@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-12-R-0006/listing.html)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
 
Record
SN02826565-W 20120805/120803235514-ad9abc08c55cdac27d1e82e694c98368 (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 |
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.