Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

43 -- CASCADE BOTTLE TRAILER (25 CYL) SYSTEM

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0653
 
Response Due
8/9/2004
 
Archive Date
10/8/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FA C) 97-27. The associated North America Industry Classification System (NAICS) Code is 333912 and the Business Size Standard is 500. The combined synopsis/solicitation number is W91ZLK-04-T-0653. The contractor shall provide cascade bottle trailer (25CY L) system with 444CF DOT steel air cylinder 4500 PSI. Qty is 2. This consist of the following: CBT25-ETM 25-bottle cascade breathing air trailer. Panel Specifications: 5-Bank panel [5] 0-6000 psi bank inlet pressure gauges [5] 6000 psi bank on/off v alve 0-6000 psi main pressure inlet gauge 0-125 psi adjustable primary regulator 125 psi relief valve 0-160 psi primary discharge pressure gauge [5] 0-160 psi secondary pressure gauges [5] 0-125 psi secondary adjustable regulator 500 psi electronic low pressure alarm 23 dba electronic buzzer High intensity red colored strobe Remote alarm with 250 cable [5] 300 foot breathing air reels, includes hose Stainless steel Hansen 3000 series sockets 0-6000 psi Fill regulator 15 Foot fill whip, Rack Sp ecifications: 1.5 ?????? Steel square tubing Integrated cylinder mounts Holds 25 4500 psi 444 cf cylinders Stainless steel braided hoses Zinc plated cylinder clamps 4 position SCBA storage rack Cylinder Specifications: DOT approved 4500 psi rated 5250 psi burst disc CGA-347 valve 444 cf capacity , Trailer Specifications: 12 Volt trailer end connector (7 Pin) A-frame mounted 22 amp hour UI series breakaway switch battery Tandem 5200 lb drop axles 4 Wheel electric brakes 12?????? x 2-1/4????? ? drums ST225/75R15 tires 6 Lug hubs DOT/ICC exterior lighting Double rear doors with CAM lock opening RPC undercoating Rear corner post stabilizer jacks 36x63 inch single side door with flush lock Wall switch for interior dome lights . Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Government??????s Interest When Subcontr acting with contractors debarred, suspended or proposed for debarment., 52.212-4 Contract Terms and Conditions??????Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination, The provision at 52.212-1, Instructions to Offeror s--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past perfo rmance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, and support. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offero r shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Rep resentation and Certification with its offer. 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 additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C.644), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limit ations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunit y for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 421 2); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2 004). The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax August 9, 2004 no later than 3:30 PM EST at the US Army Contracting Agen cy, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00634949-W 20040804/040802212213 (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.