Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12905B19B0001
This is pre-solicitation notice. Special notice The USDA PWA ARS ISPHRU Davis CA intends to solicit and negotiate with only one source under the authority of FAR13.106-1(b)(1) with Kentucky Trailer Te...
This is pre-solicitation notice. Special notice The USDA PWA ARS ISPHRU Davis CA intends to solicit and negotiate with only one source under the authority of FAR13.106-1(b)(1) with Kentucky Trailer Technologies for the following: One Office Trailer: 53' length x 9' width x 9' tall. Interior dimensions must be 52'x 8' x 8'. The trailer must have an overall height of 14' and the floor of the trailer must be 47.25" from the surface so that door frames meet existing decking. The trailer must have sliding, air ride suspension with factory preset automatic control valves with suspension height control valve. The Gross Vehicle Weight Rating must be 65,000 lbs. The trailer axles must have two axles rated at 20,000 lb. capacity each at a minimum. The trailer must have a white snap-on (removable) vinyl snap system installed around the trailer to encompass all sides to protect the under carriage. The snap system needs to be positioned from the bottom of the trailer to 3-4 inches off the ground. For security reasons, lighting must be provided from four (4) RAB 18-Watt LED Flood Lights on the exterior of the trailer. Electrical connections must conform with existing wiring system: One (1) 100 amp, 3-phase shore cord system shall be installed for ground utility connections. The trailer must have AC included, with 4-5 thermostat controlled, rooftop air conditioners to provide sufficient cooling (74 degrees sustained) of the space. In addition, a sufficient quantity of thermostat controlled electrical heaters are required to provide heating of the space (70 degrees). Doors must be located on the driver-side of the trailer and separated by approximately 11' to line up with existing access points on the deck (see attachment). The exterior must be painted white, to conform with existing units. Internal flooring must be G- Floor Trailer Flooring in Slate Gray to conform with existing units. The walls must be covered with dry erase Wilson Art (or equivalent) laminate. Interior lighting must be sufficient to illuminate the workspace adequately. Numerous 110 v outlets must be positioned every 4 feet along walls. The proposed vendor is required to provide the 4th and final mobile trailer in order to ensure consistency in the operation of all mobile trailers as one unit. The proposed vendor is extremely familiar with the specific customizations and requirements of this final phase; familiar with the unique permitting requirements of UCD campus; and familiar with the ARS-UCD land lease stipulations and arrangements regarding connection to the existing utility infrastructure and developed layout of the designed site. Pursuant to the authority of 41 U.S.C. 253(c)(1) and FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The equipment will be provided to USDA PWA ARS ISPHRU Davis CA. The Government intends to award a firm fixed price purchase order on or about 09/06/2019. This Notice of Intent is not considered a Request for Quotation (RFQ) nor is it a Request for Proposals (RFP). No solicitation document is available and telephone requests will not be honored. Interested persons may identify their interest and capability to respond to this requirement. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. The Government will consider all responses received by 4:00PM Pacific Daylight Time, August 30,2019. Information received will be considered solely for determining whether to conduct a competitive procurement. Inquiries will only be accepted via email to the Contracting Officer at the following address. Primary Point of Contact: Robert E. Risch Contract Officer Rob.risch@ars.usda.gov Phone: 541-738-4006