SOLICITATION NOTICE
36 -- OIL CONTAINMENT BOOM AND REEL SYSTEM
- Notice Date
- 6/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200 7737 Hampton Boulevard, Building 4D, Room 21, Norfolk, VA, 23505, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- DTMA2Q07017
- Response Due
- 6/28/2007
- Archive Date
- 7/13/2007
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. CLIN 0001 Skid Mounted Boom Reel System, 1 LOT, SLICKBAR or equal; The reel system is to store, retrieve and deploy 500 FT oil containment boom and shall have the following minimum characterics: include trailer, level winder, hydraulic outrigger stabilizer arms; brake, spool lock, speed control, and free wheel valve, required hoses/connectors, fabric cover, operational manuals, diesel driven hydraulic power pack (SLICKBAR Model DHPP-10 or equal, 10 HP, electric start); CLIN 0002 Containment Boom, Heavy Duty 500 FT, SLICKBAR MK 9 or equal. Boom shall be permanent deployable style and shall have the following minimum characteristics: 120 oz. PVC fabric construction, 18 inch overall height, ASTM standard marine grade connectors. Required Delivery Schedule - FOB Destination within 84 days after receipt of order. The provisions at FAR 52.212-1, Instructions to Offerors 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 (including 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-33), and 52.211-6, Brand Name or Equal apply to this acquisition. To be considered for award, offers of equal products, must meet the characteristics specified; clearly identify the item by Brand name and Make or model number; and Include descriptive literature such as illustrations, drawings. The government shall make award to the lowest price quotation, meeting the charteristics of the specified brand name, and representing the best value. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the quote unless the offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov and there are no changes. Quotes are due no later than June 28, 2007, 2:00 p.m. local time and may be submitted electronically to Susan Barba at susan.barba@dot.gov or telefax 757-441-6080. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE's), the DOT short-term lending program (STLP) offers working capital financing and the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 at the prime interest rate, as published in the Wall Street Journal, plus 1.75%. For further information call, (800)532-1169. Internet address http://osdbu.web.dot.gov/.
- Place of Performance
- Address: James River Reserve Fleet, End of Harrison Road, Bldg 2606, Fort Eustis, VA
- Zip Code: 23604
- Country: UNITED STATES
- Zip Code: 23604
- Record
- SN01320027-W 20070617/070615220744 (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 |