Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

79 -- Car Wash Touchless Automatic System

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811192 — Car Washes
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 75th CONS/PK, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
F2D0AG9063A001
 
Point of Contact
Esteban Bedoya, Phone: 801-777-2789
 
E-Mail Address
esteban.bedoya@hill.af.mil
(esteban.bedoya@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation for D & S Quicksilver Touchless and Automatic Car Wash or Equivalent with the following options and removal and disposal of existing car wash. Item 1: D & S Quicksilver Touchless and Automatic Car Wash or Equivalent with the following options and removal and disposal of existing car wash. Contractor will remove the exiting base car wash in its entirety and all related equipment which is currently located in Bldg 10922. All pipes and tubing need to be removed to the supply pipes so that news pipes can be installed in conjunction with the new car wash. All electrical lines need to be disconnected from their source and disposed of. The facility nor concrete pad will be damaged nor altered in the removal of the equipment. The building and floor will be left debris free after removal is accomplished. All equipment, piping, and wiring will be disposed of properly in accordance with state and federal laws. Base Model features: High Pressure Brushless Automatic, Vehicle sizing, Stainless Steel Carriage, Clean & Easy Treadle (includes Pres.Pad & Stop/Go/Backup Light), Heated Hydraulic Power Pac w/low oil cut-off, Power Blaster System, ETL Listed Stainless Steel Control Panel, Self-Diagnostic PLC and touchpad display (CDM), Floor Mounted Guide Rails, Low Water Cut-Off, Lexan Menu Sign & 7' Clearance decal, Manual Control box w/Wash & Maintenance Control Buttons, Chemical Injection System w/Plastic Rinse Tank, Presoak (Single or Double Pass), Gantry mounted Presoak Shower heads, high Pressure Soap, On Board Rocker Blasters, High Pressure Rinse, Clear Coat, Set-up for Medium Pressure SFR. 1 - D&S Quicksilver w/20 GPM CAT Pump w/15HP Motor. Quick Silver Options: 1 - UPGRADE to CAT3535 Pump & 25 HP Motor, 1 - 2STP 2 step presoak, 1 - TC/WB Wheel chemical applicator with high pressure Blaster, 1 - UCA Off Board Undercariage & Bay Wash Down, 1 - Standard Fiberglass color: Grey. 1 - 3PMP1127 Additional 1 ½" Gravity Feed Alternate Valve (Q), 1 - 5LTE500 Stainless Steel Stop/Go Lite, 1 - 5SIG107 Stand for Stop & Go Lite, 1 - 5LTE515 Stop/Go Accessory Sign(Wait for green light before entering), 1 - HRN2000 Horn-In-Position (wired to Stop/Go - sounds ½ sec. When In-Position activated w/red light). Arch Mount Dryer 3 - 15hp producers: 1 - DRY7050-EXT 3(only) 15hp producers - no shroud. Dryer Options: 1 - 5DRY-CTR/3-ETL 3 Motors Starter Package (ETL Listed), 1 - TIM8200 Dixmor Dryer Count Down Timer, 1 - TIM8205 Stand for Dixmor Dryer Count Down Timer. Water Softeners with Automatic Electronic Demand Controllers: 1 - CBW0010 Carbon backwash unit - 1.8 cu.ft, 1 - SOF1325 Twin Tank DS121B-D 120,000 1.5" (32gpm CF). Wall Mounted RO Systems - no TDS, flow meters, etc: 1 - 2DSSFR25W 2500 GPD RO System Wall Mount System (no repress), 2 - TNK2500 300 gal. holding tank for RO (35" dia x 77" tall), 1 - 6SSRD3MBA-099 3 Mtr Round Stainless Steel Vac with Pushbutton and Timer. Mini-Stack & Stack Unit Description: High Pressure System, Low Pressure System, ETL Listed Control Panel, Bay Pac's, Stainless Steel Pump Frames, Chemical & Rinse Tanks, Slide Out Pump & Motor Trays, Dual 360 Booms( or optional 360 & 180), 2 - Stainless Steel 3 Compartment Tank can be used for the following products: Foam Brush, Foaming Presoak, Foaming Tire Cleaner, High Pressure Wax, High Preassure Soap, and High Pressure Rinse. 5hp - 3hp. 1 - 3 Bay Mini Stack 30"X59", 3 - CAT 310, 3 1BOM400 Dual 360 degree Boom System, 3 - 1WHD200 Flexible Wand Holder, 3 - 4FBH201 Vertical (1-FB holder & 1 FB bucket). System Options: 1 - 4CHM400 Chemical rack (fits 2,3,4 & 6 bay units), 3 - 4PNL100 Hour Meters, Indicator Lights and wash Down Timer (per bay), 1 - 4LWC100 Low Water Cut Off. Boom and Wand Holder Options: 3 - 1BOM490 Boom Mtg Bracket for Dual Booms, 3 - 1WHD25 24"X8" satinless steel wall protector (mts to wand holder). METER BUILDER(Assmbled w/basic components in meter): 3 - 1016 Meter shell w/MB ( Assembled w/components in meter ) Selectors: 3 - 8P Rotary Switch. Coin mechs: 3 - IDX-10 coin mech. Digital timers: 3 - LED7 digital display. Tanks: 1 - 4HOT100 Heated Tanks(PS,WW,FB) RO Repressurization (up to 6 bays) Stainless Steel construction, 1-1/2 hp pump, high volume 3/8" solenoid valves, push-lock fittings, swivels and tubing for bay installation. 1 - 2SFR1003 3 Bay System. Winter Operation System: 1 - WEP2100 Dixmor Miser DX1000, 3 - 4WEP300 Foam Brush Weep System - (per bay), 1 - 4WEP030 Wall Manifold for Dixmor: 1-4 bays w/FB, 8 bays w/o FB. Miscellaneous Options: 12 - BAY6021 Stainless Steel mat holders, 2 - WIR1812 Wire 18 ga. 12 conductor 250" roll, 2 - HSE3100 3000psi Roll of 3/8" wire braid hose 300' roll. Labor and Material to install car wash package. Labor to remove and dispose of existing car wash equipment. Special 90" clearance for Quicksilver Automatic Car wash or equivalent. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and therefore quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) F2D0AG9063A001. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) http://www.bpn.gov/. This procurement is being issued for North American Industrial Classification Standard (NAICS) 811192. The following provisions and clauses are in effect through Federal Acquisition Circular 2005-33. The following provisions and clauses apply to this acquisition FAR 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26. Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities, 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products, 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.239-1, Privacy or Security Safeguards,52.222-25, Affirmative Action Compliance, 52.246-17, Warranty of Supplies of Noncomplex Nature; 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference, 52.247-34, F.O.B. Destination; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program, 252.227-7015, Technical Data--Commercial Items, 252.227-7037, Validation of Restricteve Markings on Technical Data, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002, Requests for Equitable Adjustment(MAR 1998)(10 U.S.C. 2410); 5352.242-9000, Contractor Access to Air Force Installations The Government reserves the right to award on a multiple award or an all or none basis. Based on price after technical acceptance. All quotes must be sent to SSgt Esteban Bedoya by fax (801)-777-0632 or via email, esteba.bedoya@Hill.af.mil or mailed to 6038 Aspen Avenue, BLDG 1289 NE, Hill AFB, UT 84056. Quotes are required to be received no later than 1:00 PM MST, Tuesday, 22 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/F2D0AG9063A001/listing.html)
 
Place of Performance
Address: 7529 Wardleigh Rd, Hill AFB, UT 84056, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN01960166-W 20090919/090918001454-3b1851ee5e1077e04d42a5bda921a49b (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.