COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5, 2001 PSA #2971
SOLICITATIONS
62 -- LIGHT TOWER SETS FOR FORT HOOD, TEXAS
- Notice Date
- November 1, 2001
- Contracting Office
- Headquarters, III Corps and Fort Hood Contracting Command, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
- ZIP Code
- 76544-5025
- Solicitation Number
- WOVCAA-1288-1062
- Response Due
- November 9, 2001
- Point of Contact
- Doreen Wright, 254-287-2434, FAX 254-287-5354
- E-Mail Address
- Headquarters, III Corps and Fort Hood Contracting (doreen.wright@hood.army.mil)
- 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; quotes are bein g requested and a written solicitation will not be issued. Solicitation No. WOVCAA-1288-1062 is issued as a Request for Quotations and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System code applicable to this acquisition is 335129, with a small business size standard of 500 employees. This solicitation is 100% set-aside for small business concerns. Note 1. The Government intends to award a Firm Fixed Pr ice Requirements Type Contract resulting from this solicitation for a one-year base period and one (1) one-year option period. The period of performance will be 9 Nov 01 through 8 Nov 02. CLIN 0001 is established for the base period and CLIN 0002 is esta blished for the first option period. The required delivery time for all delivery orders issued under the contract shall be no later than 10 days after receipt of an order or verbal approval by the Contracting Officer. Delivery is FOB destination, Fort Ho od, Texas 76544. CLIN 0001 and CLIN 0002 consist of the following: Light Tower Sets, Magnum Model Number 4060I-MH or equal. ESTIMATED QUANTITY for each CLIN is 150 ea. Features include Self contained, fully enclosed diesel engine driven, heavy-duty por table light tower mounted on a 2-wheel trailer with a minimum rated generator capacity of 6 kW. The unit shall have a telescoping light tower with four 1000-watt metal halide or high-pressure sodium lamps. The generator shall have a minimum rated output of not less than 6 kW, 120/240 volt, 60 hertz, single phase, alternating current at 1800 rpm input speed. The diesel engine shall be an industrial liquid cooled three cylinder, with a rating of no less than 15.5 SAE brake horsepower at 1800 rpm. The fuel system shall include a no-rust fuel tank with a minimum capacity of 30 gallons, a fuel/water separator, and a replaceable fuel filter. The trailer shall be a two-wheeled design made by steel construction and include a drawbar, safety chains with hooks, s crew jack, side marker lights, towing lights and lighted license plate mounting. The light tower shall be equipped with a minimum of three screw jacks for stabilizing and leveling the unit. The enclosure shall fully enclose the light tower unit minus the light tower providing weather and vandal protection for all components. The Contractor shall provide the standard commercial warranty on all parts and labor, and shall specify length of warranty time and general information. Delivery orders will be issu ed as firm requirements are identified. Immediately upon award of the basic contract a delivery order will be issued for 76 ea portable light towers to be delivered to Fort Hood, Texas by 27 November 2001. The contractor shall provide a support team/pers on to train and assist in the set-up for the initial delivery order issued under the contract. Upon completion of installation and prior to training, Contractor shall start-up and test each unit to ensure the unit is working properly. The following cl auses & provisions are incorporated and will remain in full effect in any resultant award. The full text of these clauses and provisions may be accessed electronically at this website: http//farsite.hill.af.mil. FAR 52.211-6, Brand Name or Equal; 52.211-8 Time of Delivery, ALT III: Required Delivery Schedule for the estimated quantity on CLIN 0001 and 0002 is ten (10) days after receipt or confirmation of a delivery order by the Contracting Officer; 52.212-1, Instructions to Offerors-Commercial is incorpo rated by reference and applies; 52.212-2, Evaluation-Commercial Item, is applicable to award. The government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government price and other factors considered. The following factors will be used to evaluate quotations (1) Technical A cceptability (2) Price (3) Warranty Provisions and (4) Delivery Time. All factors are of equal importance. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors are to include a completed copy of the provision with its quot ation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.219-6, Total Small Business Set-Aside; 52.203-3, Gratuities; FAR 52.247-34, F.o.b. Destination apply to this acquisition and are incorporated by reference. FAR 52.212-5, Contract Term s and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the acquisition and is incorporated in full text with the following clauses in paragraph (b) and (c) checked as applicable: 52.203-6; 52.219-8; 52.222-20; 52.2 22-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-13; 52.232-33. The following clauses are incorporated in Full Text: FAR 52.216-18, Ordering: (a) 9 Nov 01 thru 8 Nov 02 and such additional option periods as maybe applicable pursuant to FAR 52.217 -9; FAR 52.216-19, Order Limitations: (a) one (b) (1) qty 150 (d) five days; FAR 52.216-21, Requirements: (f) after completion of the last delivery order issued; FAR 52.217-9, Option to Extend the Term of the Contract: (a) written notice within 45 days and preliminary notice within 60 days (c) 2 years; FAR 52.232-19, Availability of Funds for Next Fiscal Year: 30 September 2002; DFARS 252.212-7000, Offer Representations and Certifications-Commercial Items. DFARS 252.212-7001, Contract Terms and Conditio ns Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with clause 252.225-70001 checked as applicable. All offerors must be CCR Registered in accordance with DFAR 252.204-7004, which can be accessed a t the website address: http://www.ccr.gov. Responses to this combined synopsis/solicitation must be received via email, fax, or mail on or before 1:00 P.M. Central Time on 9 November 2001. The email address is: Roderick.Sanchez@hood.army.mil. The Fax i s (254) 287-5354/5506. The mailing address is Contracting Command (CCMD), ATTN: Major Roderick Sanchez, Bldg 1001, Room W113, Fort Hood, TX 76544 Quotes shall be marked with the Solicitation No. WOVCAA-1288-1062, ATTN: Major Roderick Sanchez Contract Sp ecialist is Major Roderick Sanchez, (254) 287-5730. Contracting Officer is Doreen Wright (254) 287-2434.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20011105/62SOL002.HTM (D-305 SN512126)
| 62 - Lighting Fixtures and Lamps Index
|
Issue Index |
Created on November 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|