MODIFICATION
54 -- LIQUID DEICER STORAGE SYSTEM
- Notice Date
- 9/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- 114 FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
- ZIP Code
- 57104-0264
- Solicitation Number
- F9A3CE2167A005
- Response Due
- 9/10/2012
- Archive Date
- 11/9/2012
- Point of Contact
- Greg Johnson, 605-988-5932
- E-Mail Address
-
114 FW/MSC
(gregory.johnson.5@ang.af.mil)
- Small Business Set-Aside
- Total 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. This announcement is being issued as a request for quotation (RFQ) F9A2MA2178A001 and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 332420 applies to this solicitation; business size standard is 500 employees. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the delivery of a 6000 Gallon UL 142 Above Ground Storage Tank for storing and dispensing liquid runway deicer fluid. Please refer to the specifications listed below for the Liquid Deicer Storage System. In order to meet Spill Prevention and Storm Water Regulations the container needs to be a double walled, a UL 142 above ground storage tank able to store a minimum of 6000 gallons of liquid deicer fluid, and have a elastomeric polyurethane finish to provide a durable chemical barrier to environmental conditions and prevent corrosion. The sytem should come fully assembled and the only work required by the government will be to move the tank system into place and hook up the electrical supply. We are currently using Cryotech E36 deicer fluid. The overall dimensions cannot exceed 25 feet long x 9 feet wide x 8 feet high. The tank needs to have support feet so that it does not rest directly on the ground, have 8 inch emergency vents for the inner and outer tanks, pressure/vacuum vent with riser pipe for the inner and outer tanks, exterior mechanical fluid level gauge to measure the amount of fluid in the tank that can easily read from a distance, standard female NPT fittings on inner and outer tanks, overfill prevention valve to prevent spillage, ground level versus top fill product fill containment for filling product into tank, a steel ladder bolted to side of tank to view the inside of tank, UL-listed Glycol gas station style hose and squeeze handle style dispensing system able to pump 30 GPM, hose retractor to keep the hose off the ground, and clamps to ground the storage container. The tank should be made with carbon or low allow steel that is clean and free of rust, surface deposits, and residues. No galvanized, zinc, or brass components should be used for the plubming of the system. Finally, all products must be UL Listed for the intended application. Offers will be evaluated based on price, technical, and delivery factors. Technical and delivery factors when added together are weighted slightly more than price related factors which may result in the award going to other than the lowest offeror. The Government reserves the right to reject any or all quotes at any time prior to award; make an award to other than the offeror submitting the highest technically rated offer; and to make an award to the offeror submitting a proposal determined by the Government to be the most advantageous (best value) to the Government in accordance with the factors stated above. Offerors shall provide the unit price for the new Liquid Deicer Storage System inclusive of shipping costs to be delivered FOB Destination to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-99, System for Award Management Registration (Aug 2012); FAR 52.204-10, Reporting Executive Compensation; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33; FAR 52.222-99, Notification of Employee Rights; FAR 223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); FAR 52.223-4, Recovered Material Certification (May 2008); FAR 52.223-5, Pollution Prevention and Right to-Know Information (May 2011); FAR 52.223-11, Ozone-Depleting Substances (May 2001); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, FOB Destination; DFARS 52.211-7003, Item Identification and Valuation, (June 2011); DFARS 52.212-7000, Offeror Representation and Certifications - Commercial Items, (June 2005); DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFARa.htm. Additional required clauses other than those listed above may be included as Addenda on the award document. All questions and quotes must be directed to Greg Johnson at: email: gregory.johnson.5@ang.af.mil or FAX 605-988-5997; South Dakota Air National Guard, 1201 West Algonquin ST, Sioux Falls, SD 57104-0264. The deadline for submitting questions is extended until 12:00 pm CDT on Friday, September 7, 2012 and the dealine for submitting quotes is extended until 5:00 PM CDT, Monday, September 10, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/F9A3CE2167A005/listing.html)
- Place of Performance
- Address: 114 FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
- Zip Code: 57104-0264
- Zip Code: 57104-0264
- Record
- SN02870289-W 20120908/120906235911-0d517ed5f02fd71fc3094942ea22614c (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 |