SOLICITATION NOTICE
43 -- FUEL BLADDER
- Notice Date
- 5/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Unit 5127, Apo AA 34038, AA 34038
- ZIP Code
- 34038
- Solicitation Number
- PR816336_01
- Response Due
- 5/12/2010
- Archive Date
- 11/8/2010
- Point of Contact
- Name: Susana Ramirez, Title: Procurement Agent, Phone: 0115713832207, Fax: 0115713832007
- E-Mail Address
-
ramirezgs@state.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is PR816336_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-05-12 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Miami, FL, FL 33126 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Fuel pump integrated by an L-100 air cooled Diesel engine (4 strokes, 3.8 HP at 3600 RPM), coupled to a centrifugal pump approved for Jet A and Diesel fuel. The fuel pump shall guarantee a 100 USG/min flow through a inlet valve of 2" and a discharge valve of 2". The centrifugal pump cage and he impeller shall be constructed of aluminum. The shaft bearing shall be made of stainless steel and the mechanical seals shall be made of ceramic. The engine and the pump shall be installed in a frame with handls. The fram shall be powder pained., 3, EA; LI 002, Fuel bladder of 10000 US Gallons capacity with a ten percent overfill capacity, while their maximum flat dimensions shall not exceed 25'0" length and 20'3" width. It must be constructed with a high resistant material, consisting of a nylon base fabric coated on both sides with an Olive Green colored polyether-polyurethane. All seams must be Radio Frequency (RF) welded using a cross section seaming process with five points of contact including a segregation channel between the panels of the bladder, and no one of the panels must be in direct contact with the others. The bladder must have a 2" pressure type vent valve located at the center of the top side of the bladder, which may consis of a 2" nipple; 2" 633-A female NPT adapter; 2" 634-B dust cap; 2" 633-B male NPT coupler and a 2" spark-proof pressure vent cap. it must also have 2" fill/drain valve located on the top side of the bladder consisting of a 2" nipple; 2" 633-B female NPT adaptor; 2"633-B male NPT adaptor; 2"90 degree street elbow; 2" bronze ball valve; 2" 63333-F male NPT adaptor and a 2"634B dust cap with fittings plus a 1" drain valve located in the bottom of the tank. The fabric must be compatible with fuels with up to 40% aromatic content including Jet-A, Jet-B, JP-1, JP-4, JP-, Keosene, AvGas, and Diesel. The blader shall include ten testing strips made of the same fabric that should be used for 3 years testing after the operational life starts. Each bladder shall include a cage cover that shall protect the bladder form UV exposure. The cage cover shall have an attachment system that may allow securing it directly to the blader without additional requirements. The cage cover shall be manufactured with a fuel resistant fabric. The manufacturer must include a dry repair kit for the bladers, and printed Operation and Repair Manuals in English and Spanish. The tank shall have all instructions and warnings printed on the tank in Spanish and shall include a Serial Number., 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/PR816336_01/listing.html)
- Place of Performance
- Address: Miami, FL, FL 33126
- Zip Code: 33126
- Zip Code: 33126
- Record
- SN02143845-W 20100509/100507234833-aed9a22098c59b3a81e44f2476d4e38f (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 |