SOLICITATION NOTICE
49 -- Diesel Powered Maintenance Equipment
- Notice Date
- 3/21/2008
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ08T0800
- Response Due
- 3/28/2008
- Archive Date
- 5/27/2008
- Point of Contact
- Tammie Adair, 907-384-7104
- E-Mail Address
-
Email your questions to ACA, Fort Richardson
(tammie.adair@us.army.mil)
- Small Business Set-Aside
- Veteran-Owned 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. (ii) This synopsis solicitation number is W912CZ08T0800. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition C ircular 2005-18 (July 5,2007). (iv) The applicable NAICS is 423830. (v) This synopsis solicitation contains FIVE (5) line items. Quotes are being sought from Small veteran owned businesses. Shipping must be FOB destination, and include the applicable manu als. (vii) Delivery location: 62 Transportation Company, BLDG 806 N. Warehouse Street, Fort Richardson AK 99505-7300. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before 21 April 2008. CLIN 0001: DIESEL POWER WASHER-1 eac h Mfg. MI TM Part No. HS-3006-OMDK or equal. Must have the following: Hot Water Belt drive, *Diesel unit*, 80-mesh, high volume, stainless-steel screen inlet water strainer, 1/2 inch schedule 80 coil with stainless-steel wrap heat exchanger, Heavy-dut y dual cogged belt drive system DIESEL, Temperature rise 150?F/66?C maximum above ambient, maximum outlet temperature 200?F, Quick connect nozzles (0?, 15?, 25? and 40?) 50 foot x 3/8 inch steel wire braided pressure hose with quick connects, swivel and b end restrictors, Professional-grade insulated trigger gun with safety lock-off, Adjustable pressure insulated dual lance with fixed detergent nozzle. CLIN 0002: WHEEL KIT FOR DIESEL POWER WASHER.-1 each Mfg. MI TM Part No. AW57400000 or equal. Must be compatible with Diesel Power Washer CLIN 0001. CLIN 0003: DIESEL WELDING GENERATOR-1 each Mfg. Miller Part No. 903731 or equal. Must have the following: Rated Output at 104? F (40?C) 300 A at 32 V, 60% Duty Cycle Output Power Range CC -DC: 5 - 400 A CV-DC: 10 - 34 V Generator Power- rated at 104?F (40?C) 12,000 Watts, 1- or 3- Phase Net Weight 910 lb (412 kg) Diesel Engine Kubota 26 HP at 3600/2500 RPM or equal; MIG (GMAW) Pulsed MIG (GMAW-P) with optional Optima control Flu x Cored (FCAW) DC Stick (DC SMAW) DC TIG (DC GTAW) Air Carbon Arc (CAC-A) Cutting and Gouging, Air Plasma Cutting and Gouging (PAC) with Optional Spectrum Models Weld At Idle 5000 watts of weld power (225 A at 23 V, 170 A at 30 V) high speed with no change s in the arc. Fuel capability is 13 gal Toolless top and side access. Remote oil drain. Low noise operation 72 db @ 7 m (no load - idle), 78 db @ 7 m (full load - high speed). CLIN 0004: ACCESSORY KIT FOR DIESEL WELDING GENERATOR-1 each Mfg. Mi ller Part No. 195195 or equal. 50 lead and ground. Must be compatible with Diesel Welding Generator CLIN 0003 listed. CLIN 0005: DIESEL POWERED AIR COMPRESSOR-1 each Mfg. Gardner Denver Part No. HDR5-EY or equal. Must have the following: ASME Certified 80 Gal tank, Complete Assembled, Manual tank drain valve. Oil level sight glass. Intercoolers, for cooling between stages. Gasketless designed integral cylinder/head. Preset pressure ratings up to 250 PSIG. Two stage, single acting compress or pump. Splash or pressure lubrication. HP 9, PUMP R-15B , MOTOR DIESEL 30 L x W x H DIMEN. IN. 38 x 32 x 46, RPM @ 175 PSI 710, CFM DISP. @ 175 PSI 20.7 , CFM DEL. @ 175 PSI 16.5 , RPM @ 250 PSI 650 , CFM DISP. @ 250 PSI 18.9 , CFM DEL. @ 250 PSI 13.6< BR> (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technicall y acceptable, price, delivery time and past performance. The contract will be awarded to the offeror that provides the best value to the government. (x) The cla use at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offe ror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerc ial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 ( ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Natu re (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicabl e to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Oppo rtunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Tra nsfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 10:00 AM, Alaska Time, 2 8 March 2008. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reach ed or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via facsimile (907) 384-7112, or e-mail: tammie.adair@richardson.army.mil. Do not e-mail attachments without advance telephonic notif ication at (907) 384-7104, the e-mail and attachment will be discarded without being read.
- Place of Performance
- Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
- Zip Code: 99505-0525
- Country: US
- Zip Code: 99505-0525
- Record
- SN01538675-W 20080323/080321224428 (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 |