Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOLICITATION NOTICE

54 -- 4,000 Gallon Epoxy Lined Tanks

Notice Date
7/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-13-T-0008
 
Response Due
8/8/2013
 
Archive Date
9/29/2013
 
Point of Contact
LaVetta Wynn-Smith, (410) 436-2739
 
E-Mail Address
ACC-APG - Edgewood
(lavetta.d.wynn-smith.civ@mail.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. The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Edgewood Division on behalf of the Edgewood Chemical Biological Center is issuing a combined synopsis/solicitation W911SR-13-T-0008 for the purchase of six (6) 4,000 gallon epoxy lined tanks, specifications are listed below. This synopsis/solicitation is set aside for small business. The Government intends to award a Firm Fixed Price contract to a single offeror. Offerors are required to provide a copy of their representation and certifications as required by FAR clause 52.212-3. The NAICS code for this solicitation is 332420 and the size standard is 500 employees. DESCRIPTION OF ITEMS Contract Line Item Numbers (CLINs): 0001 - 4000 Gallon cylindrical, horizontal single wall tank Qty - Two (2) Each 0002 - 4000 Gallon cylindrical, horizontal single wall tank (OPTION) Qty - Four (4) Each 0003 - Drawing in CAD format SPECIFICATIONS a. Operational Tank Capacity shall be 4000 Gallons b. Tank exterior and skid shall be painted Desert Tan c. Tank shall be horizontal, skid mounted and self standing d. Tank shall fit into a standard 20 foot ISO shipping container. i. Tank shall not exceed dimensions: 19 feet long x 76 inches wide x 87.5 inches high e. Tank shall have one (1) 6- inch emergency vent connection f. Tank shall have one (1) 2- inch atmospheric vent connection g. Tank shall have one (1) 3-inch 150# flanged fill connection positioned across tank top centerline on opposite end of tank discharge. h. Tank shall have a 24 quote mark bolted manway access point installed across tank top centerline. When not in use manway shall be sealed. i.Tank shall have one (1) 3- inch 150# flanged discharge connection positioned on tank end centerline. j. Tank shall have a bolt on OSHA ladder to reach top of tank. k. Tank shall have a single comprehensive coating that will provide chemical compatibility with either of the following (Not Combined): i. 12% Sodium Hypochlorite ii. 20% Sodium Hydroxide l. Tank coating shall withstand up to 100F. m. Tanks shall be hydrostatically tested to ensure no leaks are present and provide info that the test was completed. Shipping/Packaging: Contractor shall utilize standard commercial packaging. FOB is Destination to: U.S. Army RDECOM RDCB-DEE 4301 Otto Rd. APG, MD 21010 ATTN: Jason Adamek Inspection/Acceptance: Inspection and Acceptance will be at Destination and is limited to kind, count, and condition. Delivery Schedule: All items have a required delivery schedule of three (3) weeks after contract award. The delivery requirements for option CLIN 0002 will be 4 weeks after exercise of option. PROVISIONS AND CLAUSES 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (the following clauses within this clause apply: 52.203-6 w/ Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232 33) 52.217-5 Evaluation of Options 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the options under CLINs 002 by written notice to the Contractor within 60 days of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree 52.219-6 Notice of Total Small Business Set Aside 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignee's premises 52.247-48 FOB Destination-Evidence of Shipment 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-0001 Line Item Specific: Single Funding. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management. 252.204-7006 Billing Instructions 252.205-7005 Representation Relating to Compensation of Former DoD Officials, 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (the following clauses within this clause apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.232 7003, 252.243-7002, 252.247-7023, 252.247-7024) 252.225-7002 Qualifying Country Sources as Subcontractors 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 252.211-7003 Item Identification and Valuation (will be removed from award if no item exceeds a unit cost of $5,000) 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7006 Wide Area WorkFlow Payment Instructions (clause fill-ins to be provided on award) 252.225-7012 Preference for Certain Domestic Commodities 252.227-7015 Technical Data-Commercial Items ACC-APG 5152.232-4901 - Wide Area Workflow (WAWF) Information and Instruction The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. All proposals shall be sent via e-mail to LaVetta (Vee) Wynn-Smith at lavetta.d.wynn-smith.civ@mail.mil by 2:00 PM EST on 1 Aug 2013. Contracting Office Address: ACC-APG - Edgewood, ATTN: CCAP, E4455 Lietzen Ave, Aberdeen Proving Ground, MD 21010-5424 Point of Contact(s): LaVetta (Vee) Wynn-Smith Email: lavetta.d.wynn-smith.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4549dc34872b15d6079e94317b80bad)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03132239-W 20130802/130731235112-b4549dc34872b15d6079e94317b80bad (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.