Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2013 FBO #4199
SOLICITATION NOTICE

36 -- Small Industrial Battery Rider Scrubber

Notice Date
5/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
177 FW/MSC, 400 Langley Road, Egg Harbor Township, NJ 08234-9500
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN13SCRUBBER
 
Response Due
5/31/2013
 
Archive Date
7/21/2013
 
Point of Contact
Johanna Paz, 6097616097
 
E-Mail Address
177 FW/MSC
(johanna.paz@us.army.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement for Small Industrial Battery Rider Scrubber at 400 Langley Road, Egg Harbor Twp., NJ 08234. Contractor shall provide a Small Industrial Scrubber, Tennant Model Number T16 (OR EQUAL) to be used to clean the floor of the Main Hangar. The scrubber specifications are as follows: Machine Model: T16 Rider - Cylindrical Scrubbing; P/N: MT-16D Cleaning Performance Solutions: ec-H2O option (Cylindrical) P/N: 9008116 Manuals and Training Materials: T16 Operator Manual P/N: 9008142 T16 Parts Manual P/N: 9008148 Operator DVD (English) P/N: 9008532 Battery: Battery, 240 AH Wet P/N: 9008140 Charger: On-board charger (in lieu of standard) P/N: 9008080 Squeegee: BLADE KIT, LINATEX, KIT P/N: 9008072 Brushes and Pads: Cylindrical Scrubbing Brushes (2 Required) Polypropylene P/N: 1053893 Application Environment: Custom Solutions Options UL Class 1, Division 2, Group D (UL Type ES) Configuration and Label P/N: 325825 Two (2) annual safety inspections, includes maint parts, labor P/N: GPP007 Please see attached specifications if providing an alternate solution. This solicitation is set-aside 100% for Small Business. The North American Classification System (NAICS) code for this acquisition is 333319 - Other Commercial and Service Industry Machinery Manufacturing The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 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- the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.223-5, Pollution Prevention and Right-to Know Information; FAR 52.223-14, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.232-1, Payments; 52.232-23, Assignment of Claims; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, And Vegetation; 52.246-4, Inspection of Services-Fixed Price; Solicitation Provisions Incorporated by Reference. The following DFARS references are incorporated herein by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense. The following clauses will be incorporated in full text for this acquisition: FAR 52.212-2, Evaluation-Commercial Items BASIS FOR AWARD: LOWEST PRICE TECHNICALLY ACCEPTABLE will apply to this acquisition); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2012); 52.217-8, Option to Extend Services (Nov 1999); 52.232-2, Service of Protest (Sep 2006); 52.252-4, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-5, Authorized Deviations in Provisions (Apr 1984). The following DFARS clauses will be incorporated by full text: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2012); 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. All items shall be delivered FOB DESTINATION to 177th Fighter Wing 400 Langley Road, Egg Harbor Twp, NJ 08234. POC is SMSgt. JoAnn Ferguson at 609-761-6096. Quotes must be submitted by email to 177FW.BCO@ang.af.mil. NLT 10am on Friday, May 31, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN13SCRUBBER/listing.html)
 
Place of Performance
Address: 177 FW/MSC 400 Langley Road, Egg Harbor Township NJ
Zip Code: 08234-9500
 
Record
SN03068851-W 20130524/130522234837-3a67a0a112aeff3bfa0f477d12e595a8 (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.