Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

39 -- POL Management Storage and Saftey Concerns Equipment

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-08-T-0014
 
Response Due
9/18/2008
 
Archive Date
11/17/2008
 
Point of Contact
La Ronda Anderson, 719-554-8448<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 solicitation is issued as Request for Quote (RFQ) Number W91260-08-T-0014 and is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 dated 12 June 2008. NAICS number is 423830. Business Size Standard is 100 employees. DESCRIPTION: Oils, Lubricants and Industrial Fluids Storage and Dispensing Equipment for 49th Missile Defense Battalion, Fort Greely Alaska. The following \specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within 15 calendar days after receipt of order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0009. Offerors shall structure their proposal to include a price for: 0001 - 4 Container System (2x2), MFR: Lubrigard, Part# HDS4, QTY:1 EA 0002 - Spill Containment for 2-container wide system, MFR: Lubrigard, Part# 789015, QTY: 1 EA 0003 - Dessicant Mini-Breather 3.25 inches(w)x 3 inches(h), MFR: Lubrigard, Part# Z-134, QTY:3 EA 0004 - Change mini connection to 3/4 inches male NPT, MFR: Lubrigard, Part# A-406, QTY:3 EA 0005 - Filter Assembly w10 micron filter, MFR: Lubrigard, Part# 717149, QTY:3 EA 0006 - Stainless Hose & Glass Site Gauge, MFR: Lubrigard, Part# 706000, QTY:1 EA 0007 - Electronic Pump, MFR: Lubrigard, Part# 741002, QTY:1 EA 0008 - Stainless Container (upgrade), MFR: Lubrigard, Part# 720150AON, QTY:1 EA 0009 - Discharge Hose, MFR: Lubrigard, Part# 745005, QTY:1 EA Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within 15 calendar days after receipt of order. Delivery/Acceptance point is 49th Missile Defense BN, 31009 1st Street, Fort Greely, AK 99731. Government workdays are between the hours of 0730 and 1630 (Alaskan Time Zone). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 18 September 2008. Award is anticipated no later than 23 September 2008. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Product Design, Configuration, Technical and Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or beat the required delivery date for all items described in CLINs 0001 - 0009 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (La Ronda Anderson), 350 Vandenberg Street, Ste 1240, Peterson AFB, Colorado 80914. All proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 1:00 PM (Mountain Time) on 18 September 2008. The point of contact for all information regarding this acquisition is La Ronda Anderson at (719) 554-8448, fax (719)554-8442 or at e-mail LaRonda.Anderson@smdc-cs.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f98d942367e57b6b7806fab94cb02e1b&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01668457-W 20080914/080912220938-f98d942367e57b6b7806fab94cb02e1b (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.