Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

23--Conversion of One 53 foot Gooseneck Cargo Trailer into a Deployable Response Unit.

Solicitation Number: AG-6395-S-08-0079
Agency: Department of Agriculture
Office: Animal and Plant Health Inspection Service
Location: MRPBS, ASD, Specialized Contracting Branch
  • Print
:
AG-6395-S-08-0079
:
Award
:
July 1, 2008
:
AG-6395-P-08-1304
:
$83,711.00
:
001
:
Globecomm Systems Inc.
:
9898 Brewers Court
Laurel, Maryland 20723
United States
:
Added: May 27, 2008 1:34 pm Modified: Jun 03, 2008 11:24 amTrack Changes
Combined Synopsis/Solicitation for the Conversion of One 53 foot Gooseneck Cargo Trailer into a Deployable Response Unit.



(i) This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 336212. The small business size standard is 500 employees or less. (iii) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), 920 Main Campus Drive, Suite 200 Raleigh, North Carolina 27606. (iv) The solicitation number for this effort is AG-6395-S-08-0079 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (vi) REQUIREMENTS AND QUANTITIES: This requirement consists of one (1) line item: CLIN 01-One (1) 53 foot Gooseneck Cargo Trailer that needs to be converted to a mobile command center. The following are the work requirements: 1.Spray foam insulation in walls and ceiling filling voids between wall and ceiling joists until level with joist face (approximately 53x15). 2. Install chemlite on ceiling, and walls, seamless installation. 3. Install industrial coin mat flooring (approximately 53x15). 4. Install electrical wiring for lights on ceiling (12 volt lights in center of trailer and two for each slide out). 5. Install wire mold electrical outlets though out that includes breaker box connections. 6. Install counter tops in each slide out (counter tops would need to be bar height level). 7. Install bulkhead with door in middle of trailer (prefer slide door if possible). 8. Remove satellite antennae that is currently on old trailer (old DRU) and install on roof of new DRU. 9. Remove radio tower that currently on another trailer and install on roof of new DRU. 10. Replace current generator with a new generator (specifics attached for current generator). 11. Preference is to have this work done onsite, however if the trailer needs to be moved to the vendors facility then the vendor shall be responsible for transporting the unit and equipment to be installed at their expense and responsibility. (viii) All work performance upon completion must be delivered FOB Destination to USDA, APHIS, PPQ, 1013 Blair Drive, Raleigh, North Carolina 27606 by September 20, 2008. Final inspection would need to be completed by the USDA/APHIS/PPQ Eastern Regional Safety and Health Manager as well as the USDA/APHIS/PPQ Eastern Regional Emergency Preparedness and Response Coordinator. The offerors price must include shipping to the FOB destination. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Delivery Schedule, Technical capability including quality of materials and trailer conversion experience and Price. Delivery Schedule and Technical factors are much more important than Price, with Delivery Schedule being highest, most important factor. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965, as amended (July 2005); 52.225-1 Buy American Act—Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 02:00 PM CST, June 10, 2008. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov , or phone at 612-336-3206. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 01 which provides the total price for all work. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative addressing how the conversion will meet the requirements / specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.

Added: Jul 02, 2008 12:58 pm
We made award based on the evaluation criteria listed in the solicitation which read "Delivery Schedule, Technical capability including quality of materials and trailer conversion, and Price". "Delivery Schedule and Technical factors are much more important than Price, with Delivery Schedule being the highest most important factor".
Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Type:
Solicitation
Posted Date:
May 27, 2008
Description: Pictures of the trailer and equipment to be reinstalled, and description / components.
Description: Generator Set Specs and wiring diagram

Question and Answers for 53 ft Trailer

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Question and Answers for 53 ft Trailer
Posted Date:
May 29, 2008
Description: Please review the new / additional information provided.

Solicitation 2

Type:
Solicitation
Posted Date:
June 3, 2008
Description: Supplemental information to subparagraph (viii) exactly where equipment and trailer are located.
:
2150 Centre Avenue Building B, MS2E6
Fort Collins, Colorado 80526
:
Leigh D. Eberhart,
Contract Specialist
Phone: 6123363206
Fax: 612-336-3550
:
Larry Nelson,
Senior Contracting Officer
Phone: 6123363225