Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
MODIFICATION

17 -- Aerospace Ground Equipment Service Cart

Notice Date
9/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C2MX1217A003_AGE_SERVICE_CART_TAITANO
 
Archive Date
10/5/2012
 
Point of Contact
Audreya J.P. Taitano, Phone: 6713664686, Lorie Aguon,
 
E-Mail Address
audreya.taitano@us.af.mil, Lorraine.Aguon@us.af.mil
(audreya.taitano@us.af.mil, Lorraine.Aguon@us.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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C2MX1217A003, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This procurement is a small business set-aside in accordance with FAR 19.203. The NAICS code is 332420 and the small business size standard is 500 employees. The following commercial item is requested in this solicitation: CLIN 0001 (Quantity: 1 EA): AEROSPACE GROUND EQUIPMENT (AGE) SERVICING CART --- Furnish a mobile servicing cart to assist the 36th Maitenance Squadron in servicing and defueling equipment with fuel, lubcricants and air for tires/receivers on the aircraft ramp. Mobile servicing cart must be BRAND NAME OR EQUAL to AGE Service Cart, Model No. 600S-12V, and meet the following specifications to enhance, support and fulfill 36 MXS mission capabilities: • 600-gallon tank that is double-walled to self-contain potential leaks is preferred; • Capability to filter fuel to remove contaminates during defueling operations prior to returning into tank; • Trailer assembly require brakes to prevent potential movement and safety while on airfield; • Trailer assembly should be battery-operated with capability of charging the battery by solar cells or some other charging capability; • Recommend unit has an "stop/kill" switch to shut down operations in emergency situations; • Exterior paint should be gray (Air Force standard) (powder-coated is preferred due to local high humidity climate); • At minimum, require decals on sides to read "No smoking or open flame permitted within 50 feet" in red lettering for safety measures; • Fuel tank would require a drain/sampling port to remove contaminants and water for cleaning purposes; • Recommend unit has a fuel meter to track operator usage; • At minimum, a 25' fuel hose for servicing and defueling equipment; • To prevent static build up during fueling/defueling operations, a grounding reel is required; • Storage for personal protective equipment and lubrication containers would be beneficial; • During hours of darkness, bright lighting that is resistance to fuel vapors is required; • With the environment in mind, a spill kit to clean spills such as oil base lubricants and fuel is highly recommended; • At least one fire extinguisher should be mounted for potential fires; • A lockable filling port and fuel handle for security and contamination purposes; • An air tank to supply at minimum, 125 psi air for servicing tires and receivers with an air hose that is 25' in length; and • Mandatory that the unit has a lunette for towing purposes. Quotations should include PRODUCT LITERATURE & PROPOSED DELIVERY SCHEDULE with shipment to: 36 MAINTENANCE GROUP UNIT 14012 BUILDING 18006 ANDERSEN AIR FORCE BASE, 96543-4012 AND/OR TRACY DEPOT CCP WHSE. 30 25600 SOUTH CHRISMAN ROAD TRACY, CA 95376-5000 Place of contract performance is Andersen AFB, Yigo, Guam 96929. Award will be made to the offeror whose proposal is determined to be the lowest price technically acceptable (LPTA). The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clauses at FAR 52.211-6 Brand Name or Equal; 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; FAR 52.219-6 Notice of Total Small Business Set-Aside and FAR 52.204-7 Central Contractor Registration. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.211-7003, Item Identification and Valuation. The Government reserves the right to award on a multiple award or an all or none basis. Firms must be registered in the Central Contractor Registration database @ www.acquisition.gov and shall be considered for award. Send quotes to Audreya J.P. Taitano at e-mail Audreya.Taitano.1@us.af.mil AND Lorie Aguon at Lorraine.Aguon@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by SEPTEMBER 20, 2012, 4:30pm, Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C2MX1217A003_AGE_SERVICE_CART_TAITANO/listing.html)
 
Place of Performance
Address: 36 MAINTENANCE GROUP, UNIT 14012, BUILDING 18006, ANDERSEN AIR FORCE BASE, Yigo, Guam, 96543-4012, United States
Zip Code: 96543-4012
 
Record
SN02889224-W 20120920/120919003606-bc491a557a9ace073216b082c24a1644 (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.