Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

49 -- Parts Washer Rental and Service

Notice Date
1/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
DAHA06-03-Q-0004
 
Archive Date
4/7/2003
 
Point of Contact
Diana Marini, 860-524-4873
 
E-Mail Address
Email your questions to USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DAHA06-03-Q-0004 and is issued as a Request for Quotes (RFQ). The NAICS code is 532490 the SIC code is 7819. The solicitation document and incorporated provisions an d clauses are those in effect through Federal Acquisition Circular 01-11. The Connecticut Army National Guard (CTARNG) requires the rental of eighteen (18) parts washers and service of twenty (20) parts washers in several locations within Connecticut. Th e contractor will provide preprinted manifests to accompany the service pick up, deliver new solvent to replace used solvent and recycle the used solvent. Contractor is required to clean the parts washers prior to adding new solvent. Connecticut Army Nati onal Guard Locations Requiring Parts Washer Rental/Service: OMS #2, 600 Woodruff Street, Southington, CT 06489-2715, 1 machine; 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); OMS #5, 619 Rubber Ave., Naugatuck, CT 0640 1-1547,1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); OMS # 7, 230 Main Street, Manchester, CT 06040-4193, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); OMS #8A, 360 Broad Street, Hartford, CT 06105-3795, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); OMS # 8, Bldg P-103, Camp Hartell, Rte. 75, Windsor Locks, CT 06096, 1 machine, 13 week service cycle, not to ex ceed 4 services per year, high flash solvent (142F); OMS # 9, 63 Armory Road, Stratford, CT 06497-1702, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); OMS #10, 38 Stott Ave., Norwich, CT 06360, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); OMS # 11, 87 Montowese Street, Branford, CT 06405-3807, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); Army Aviation Support Facility (AASF), Bradley International Airport Rte. 75, Windsor Locks, CT 06096, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F), 1 machine owned by the CTARNG requires 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); Combined Support Maintenance Shop (CSMS), Bldg. P-105, Camp Hartell, Rte. 75, Windsor Locks, CT 06096, 1 machine owned by the CTARNG requires 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); Unit Training Equipment Site (UTES), Stones Ranch Military Reservation, U.S. Rte. 1, 464 Boston Post Road, East Lyme, CT 06333, 1 machine, 13 week service cycle, not to exceed 4 services per year, high flash solvent (142F); Aviation Classi fication Repair Activity Depot (AVCRAD), Groton/New London Airport, 139 Tower Road, Groton, CT 06340-1409, 7 machines, monthly service, not to exceed 12 services per year, high flash solvent (142F), 1 machine, monthly service, not to exceed 12 services per year, low flash solvent (105F). The terms of the contract will be for a base of one year, with options for four (4) additional years. Award will be made to the offeror whose quote represents the best value to the Government. The best value award will b e based on the evaluation of quotes for Past performance, price and technical conformance. Past performance and technical conformance, when combined, are more important than price. Past Performance must include persons of contact on the last three contra cts for similar services. The provision of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this RFQ. A completed and signed copy of this provision shall be submitted with all offers. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offerors -- Commercial Item s; 52.212-2, Evaluation ? Commercial Items; 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; 52.222-21, Prohibition of Segregated Fa cilities; 52.222-22, Previous Contracts and compliance Reports; 52.222-26, Equal Opportunity; 52.232-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers wit h Disabilities; 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-41, Service Contract Act Of 1965, As Amended; 52.2 22-43, Fair Labor Standards Act And Service Contract Act--Price Adjustment (Multiple Year And Option Contracts); 52.232-18; Availability Of Funds; 52.232-19, Availability Of Funds For The Next Fiscal Year; 52.232-33, Payment by Electronic Funds Transfer?C entral Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.204-7 004, Required Central Contractor Registration. You can visit the website at www.arnet.gov/far for the provisions and clauses needed for this synopsis/solicitation. Central Contractor Registration (CCR) can be found at http://www.ccr.gov/. Oral communicat ion is not acceptable in response to this solicitation. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting Division, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail di ana.marini@ct.ngb.army.mil, Not Later Than 2:00PM, February 6, 2003. Solicitation information may be viewed or downloaded from the USPFO for Connecticut website at: http://www.ct.ngb.army.mil/ebs/advertisedsolicitations.asp
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00244680-W 20030124/030122213559 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.