Federal Bid

Last Updated on 01 Oct 2008 at 8 AM
Combined Synopsis/Solicitation
Montgomery Alabama

Trailer MOBILE FOAM TRAILER

Solicitation ID F2X3C78227A001
Posted Date 09 Sep 2008 at 11 PM
Archive Date 01 Oct 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Montgomery Alabama United states 36112

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2X3C78227A001 is being issued as a Request for Quote using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and the Defense Federal Acquisition Regulations (DFARS) change notice 20080513. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This acquisition is for the 42MSG/CEF on Maxwell AFB, Alabama. This procurement will be fulfilled utilizing 100% total small-business set-asides. The North American Industrial classification System Code is 326199 with a small business size standard of 500 employees. This is an all or nothing requirement, contractors must be able to quote and provide all items requested. The government intends to issue a firm fixed price purchase order for the following items:

CLIN 0001-AA: Brand name or equal, FT-1000 or similar/like 1000 gallon foam resupply Trailer with accessories for use as a firefighting unit.
• The product shall be completely brand new and of the best quality materials currently in use in commercial practice for emergency vehicle fabrication.
• Vendors will be provided upon request a more detailed requirement of SPECIFICATIONS for DESIGN.

The winning Offeror will be responsible for ensuring all items are received no later than 30 days after date of award. Shipping will be FOB Destination.

QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section: price. The offeror must provide a price for each contract line item number.

BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. Award will be based on technical acceptability and price. An offeror will be determined technically acceptable if no exception is taken to the specifications (see CLIN 0001) and requirements of the RFQ. Award will then be based on price. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The FAR clause 52.212-4, contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration, Add paragraph (v) 52.211-6, Brand Name or Equal, and Add paragraph (w) AFFARS 5352.201-9101 Ombudmans. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clause under paragraph (a) is applicable: 52.233-3, Protest After Award. The following clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act-Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; 252.2487-7023 Alt III, Transportation of Supplies by Sea. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. The following local clauses shall also be adhered to: Maxwell 114, Required Poster for All Open Market Commodities and Services, and Maxwell 119, WAWF-Electronic submission of invoice. Local clauses will be incorporated full text into the award document. Parties interested in viewing local clauses in full text may contact Michael Hosea at [email protected]. The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://swsf.eb.mil prior to award. Offerors must also have all online representations and certifications completed prior to submission of quote. Any Offerors whose name appears on the debarment list will be immediately eliminated from consideration. Lack of registration will make an Offeror ineligible for award. Offerors must include a completed Buy American Act Certification, DFARS 252.225-7000. This notice does not obligate the government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil or http://armet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 2:00 pm CST on 16 September 2008. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-2198 attn: Michael Hosea, e-mailed to [email protected], or mailed to 42 CONS/LGCA, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.

Bid Protests Not Available

Similar Past Bids

Maxwell Indiana 11 Sep 2008 at 3 PM
Montgomery Alabama 18 Sep 2008 at 4 PM
Ash North carolina 23 Sep 2008 at 10 PM
Maxwell Indiana 24 Jul 2008 at 6 PM
Jacksonville Florida 14 Jan 2010 at 5 PM

Similar Opportunities

Philadelphia Pennsylvania 18 Jul 2025 at 8 PM
Wright patterson air force base Ohio 30 Sep 2027 at 4 AM (estimated)
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)
Pearl river Louisiana 08 Jul 2025 at 7 PM