Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2006 FBO #1710
SOLICITATION NOTICE

39 -- Fluid Handling and Dispensing Systems

Notice Date
7/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R06T0054
 
Response Due
8/8/2006
 
Archive Date
10/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemen ted with addional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisio ns and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10 dated 28 July 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, current to DCN 20060711. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. This commercial item acquisition is 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 423440 with a size standard of 500. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of four Contract Line Item Numbers (CLIN). CLIN 0001 Quantity 1, Unit of Issue: Each, Fluid H andling & Dispensing System, 2 rows of 3 containers 32D x 100 high x 101 wide, out board console. Standard System with ? NPT Self Closing Faucets, 480lbs (part # SYSTHDJ 6-076104), GFLS6 Gravity Flow Lube Station 6 Hoses, (part # 738005), Containment P an for GFLS8 Gravity Flow Lube Station (part # 789014), CP3 Spill Containment Pan for 3 container wide system (part # 789016), and a Quantity 1, for an additional anti freeze (part # 8000 package). CLIN 0002 Quantity 2, Unit of Issue: Each, Fluid Handling & Dispensing System, 2 rows of 4 containers, 32D x 104 ovall height x 76 ovall width, 870lbs, Standard System with ? Self Closing Faucets (part # SYST1506HDK8). Gravity Flow Lube Station 8 Hoses GFLS8 (part #738007), Containment Pan for GFLS6 Gravity F low Station (part # 738005), CP4 Spill Containment Pan for 4 container wide system (part # 789017), and a Quantity 2, for an additional anti freeze (part # 8000 package). CLIN 0003 Quantity 2, Unit of Issue: Each, PCA-3060 Lube cart w/(6) 15 gal cont- (1) ? Air Diaphram/pump into & out of cont/(1) ? X 10 dip Hose & (1) 1 X 88 suction Hose (part # 400000006 CART 1524). CLIN 0004 Quantity 2, Unit of Issue: Each, PCA-2836-30 Lube Cart w(1)30 gal cont (1)1:1 Air Piston Pump & (1)1/2 x 10 Dispense hose ( part # 400000007 CART 1525).The manufacture is Innovated Fluid Handleing Group. The specifications for the equipment are also located at the U.S. Army Contracting Agency Yuma web site http://www.yuma.army.mil/contracting/index.html. It is anticipated award will be made to the technically acceptable, low priced offer. If you provide a quotation you must provide technical information and descriptive literature about the products you propose so that a technical determination can be made in the review process. The equipment will be delivered to U.S. Army Yuma Proving Ground, AZ (USAYPG). Vendors shall include all transportation costs in their proposal. Vendors that are subject to the Arizona Transaction Privilege Tax must include that cost in their proposals. All proposals shall be clearly marked with RFQ number W9124R-06-T-0054 and emailed to erik.reta@yuma.army.mil or sent by facsimile to 928-328-6849 no later than Noon MST, 8 August 2006. The deadline for technical questions is Noon MST, 3 August 2006. Offe rs that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions a re incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). NOTE: in order to comp lete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (June 2006) with Alternate I (Apr 2002). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronic ally at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2005). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Co nditions required to Implement Statues or Executive Order Commercial Items (June 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003 ), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opp ortunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Spec ial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Co ntract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (July 2006) applies to this Acquisition, and specifically 252.225-7001 Buy American Act and Balance of Payments Program ( June 2005) and 252.232-7003 Electronic Submission of Payments Request (May 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Erik Reta via email to erik.reta@yuma.army .mil or facsimile (928) 328-6849 for notification of amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01102280-W 20060802/060731221816 (fbodaily.com)
 
Source
FedBizOpps 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.