|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1999 PSA#2480Federal Emergency Management Agency, Mt. Weather Emergency Assistance
Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135 23 -- PURCHASE OF TRAVEL TRAILERS SOL EMV-2000-RQ-0005 DUE 120399 POC
Mrs. Sandi Nixon, Contract Specialist, 540/542-2303 E-MAIL: RFQ No.
EMV -- 2000-RQ-0005, sandi.nixon@fema.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 and issued under the authority of FAR
Subpart 13.5 "Test Program for Certain Commercial Items," as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; offers are being
requested and a written solicitation will not be issued.
EMV-2000-RQ-0005, issued as a Request for Quotation (RFQ) is for the
purchase of 8' X 30' travel trailers as identified below. The
solicitation document and incorporated provisions and clauses are those
in effect thru Federal Acquisition Circular 97-14. This procurement is
a 100% small business set-aside, SIC Code is 3792/small business size
standard is 500. It is anticipated that only one award will result via
the issuance of firm-fixed-price
Indefinite-Delivery/Indefinite-Quantity type order, However, the Gov't
reserves the right to award multiple orders from this RFQ since
multiple orders may be required to meet delivery requirements. In the
event of multiple awards, each awardee will receive a minimum order of
100 units. The base order will be awarded for a total amount of 100
travel trailers with two options for additional quantities. One option
will be for delivery orders issued against the order for 25 or more
units and the other option will be for delivery orders issued against
the order for 1 to 24 units. The option items' quantities will be
ordered via the issuance of Delivery Orders against the original order.
Additionally, option items are subject to the availability of current
FY funds. The 100 units are the guaranteed minimum quantity to be
ordered and no more than a maximum total of 400 units will be ordered
under the resulting award. The base order amount of units are required
to be delivered, FOB Destination, to North Carolina, specific delivery
address to be provided in the award document (this will also be the
place for inspection and acceptance). The optional units may be
deliveredto other parts of the U.S. and its possessions in the event of
another disaster, during the life of the order. The delivery orders
issued for the optional items will specify the delivery location.
Gov'ts required delivery time for the base amount of units is 7
calendar days of order award. The successful Contractor shall also be
capable of providing the 300 optional units in specified quantities
within 7 calendar days of award of the optional quantities. The period
of performance is anticipated to be from date of award for a twelve
month period. ITEM NO. 1: Travel Trailers, 8' Wide X 30' Long, 100 EA.
ITEM NO. 2: Travel Trailers, 8' Wide X 30' Long, for additional orders
in quantities of 25 or more, ITEM NO. 3: Travel Trailers, 8' Wide X 30'
Long, for additional orders in quantities of 1-24. SPECIFICATIONS:
These specifications establish the minimum standards for travel trailer
construction and outfitting to meet FEMA contract requirements. The
minimum standards are intended to encourage competition through the use
of manufacturers' standard designs and/or readily available factory or
sales outlet stocks. The standards shall not be considered restrictive
in that the supplier may provide "equal or better" units considering
competitive price and delivery requirements can be met. MANDATORY: A.
All travel trailers shall be constructed according to industry standard
practices and all applicable codes and regulations. B. All travel
trailers shall be standard production models, less any options or value
added amenities. All units shall be of a quality normally provided to
private sector buyers. All supplies and furnishings must be new and
current models. C. All travel trailers shall be 8' wide and shall not
be less than 28' long, but not more than 30' long. D. All travel
trailers shall be configured to sleep 6 people. E. All travel trailers
shall be complete with furnishings and appliances, the quality of
which shall not exceed that which is considered to be industry standard
with no upgrades. F. All travel trailers shall be equipped with
stabilizer jacks. G. All travel trailers shall be constructed in a
manner which allows for uniform placement of utility connections. H.
All travel trailers shall be warranted for a 12 month period. I. All
travel trailers shall have at least 1 private bedroom area. J. A 50'
long power supply cord shall be provided (instead of the standard 25'
cord). K. Travel trailers shall not include awnings. L. Travel trailers
shall have factory installed steps that have 2 treads. M. Travel
trailers shall be equipped with a smoke detector and a 2 lb. Fire
extinguisher. N. Refrigerators shall be 5 cubic feet electric only. O.
Travel trailers shall be provided with 5 packets of chemicals for
treatment of sewage holding tank. P. Travel trailers shall have roof
mounted air conditioning. Q. The Contractor shall supply 10 sets of
master keys for each type of lock assembly used. NONMANDATORY: The
offeror shall have an adequate production system that will allow the
Contractor to propose a delivery schedule thatwill meet the
Government's delivery schedule requirements as identified above.
EVALUATION: The Gov't will make award to the responsible offeror whose
offer conforming to the stated requirements will be most advantageous
to the Gov't, price & other factors (i.e., nonmandatory items
{production capability & proposed delivery schedule}and past
performance) Technical is of greater importance when compared to price,
therefore, the Gov't will utilize Best Value procedures IAW FAR Subpart
13.106 in making award. All requirements identified as MANDATORY must
be met by an offeror's product in order for the product to be
considered. Failure to meet any one of the single elements identified
in the specifications will eliminate that particular proposed product
from further consideration. NONMANDATORY criteria will be evaluated as
does not meet, partially meets, meets, or exceeds. For firms meeting
all mandatory requirements, a qualitative determination of nonmandatory
items will be made. A best value determination will then be made based
on: (a) nonmandatory items, (b) past performance, and (c) price.
Nonmandatory items and past performance, when combined, are to be
considered of approximate equal value to price. Offerors are to submit,
as a part of their response, five recent sources that can verify past
performance of similar items of comparable dollar value. This
information SHALL include name and working telephone number of the
point of contact for reference information. Offerors SHALL submit a
detailed technical description of the proposed travel trailer, to
include as a minimum, product literature, floorplan, and
installation/set-up instructions. Failure of an offeror to submit the
detailed technical description will result in that product being
rejected from further consideration. Further, technical description
which fails to show that the proposed product(s) complies with the
MANDATORY requirements stated above will result in the rejection of
that product(s). Offerors SHALL provide evidence of their production
capability and a proposed delivery schedule. Evaluation of price: Item
Nos. 2 & 3 are for indefinite quantities, therefore, the evaluation
quantities for these items will be based on FEMA's estimates. FEMA
estimates that 75 travel trailers will be ordered under Item No. 2 and
that 25 travel trailers will be ordered under Item No. 3. In order to
determine the total evaluated price, the Gov't will multiply Item No.
1 by the proposed unit price and the guaranteed amount of 100,
multiply Item No. 2 and Item No. 3 proposed prices by the
aforementioned estimated amounts. The sum of the total evaluated line
item prices will be the total evaluated price for the proposal. FAR
Clause 52.212-1 "Instructions to Offerors -- Commercial" applies to
this acquisition and the additional instructions contained above
regarding information to be provided as a part of the offeror's
response (i.e., technical product description, production capability,
proposed delivery schedule, and past performance data) are included in
order to supplement the information required in the aforementioned
provision. Offerors are to include a completed copy of FAR provision
52.212-3 "Offeror Representations and Certifications -- Commercial
Items" w/their response. The following FAR clauses also apply: 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," 52.203-6 "Restrictions on Subcontractor Sales to
the Government, ALT I," 52.219-5 "Very Small Business Set-Aside,"
52.219-8 "Utilization of Small Business Concerns," 52.219-14
"Limitations on Subcontracting," 52.222-26 "Equal Opportunity,"
52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era," 52.222-36 "Affirmative Action for Workers with
Disabilities," 52.222-37 "Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era," and 52.225-3 "Buy American Act --
Supplies." Regarding FAR Clause 52.212-4, the following clauses are
addenda to the clause: 52.211-5 "New Material," 52.216-18 "Ordering,"
52.216-19 "Order Limitations" (fill-in's: para (a) to be filled in at
time of award, para (b)(1) 150 units, para (b)(2) 200 units, para
(b)(3) within 14 calendar days, para (d) within 5 calendar days),
52.216-22 "Indefinite Quantity," 52.216-27 "Single or Multiple Awards,"
and 52.232-18 "Availability of Funds." The aforementioned provision and
clauses can be accessed electronically at http://www.arnet.gov/far/ and
http://www.gsa.gov/far/. Due date for receipt of responses to this RFQ
will be 15 business days following the publication date of this
notice, COB (3:30 PM, EST) to FEMA, MWEAC, PO Box 129, Berryville, VA
22611, ATTN: Mrs. Sandi Nixon, Bldg. 413. Questions regarding this RFQ
are to be addressed to Mrs. Nixon at PHONE 540/542-2303, FAX
540/542-2632. Technical and/or administrative questions must be
received by Mrs. Nixon NLT 5 business days following the publication
date of this notice and may be fax'd to the number shown aboveor sent
via electronic mail to sandi.nixon@ fema.gov. Amendments to this RFQ
will be published in the same manner as the initial
synopsis/solicitation. Contractors interested in responding to this RFQ
are requested to submit a brief written request to the address shown
above in order that a bidders list can be developed by the Gov't for
purposes of notifying Contractors of any amendments that may be issued.
See Numbered Note 1. Posted 11/18/99 (W-SN401719). (0322) Loren Data Corp. http://www.ld.com (SYN# 0151 19991122\23-0001.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|