SOLICITATION NOTICE
54 -- Steel Fuel/Oil tank trailers
- Notice Date
- 2/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G3CK4342A001
- Archive Date
- 8/31/2015
- Point of Contact
- Brant M. Sylvester, Phone: 7026523364
- E-Mail Address
-
brant.sylvester@us.af.mil
(brant.sylvester@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 FAR 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. SOLICITATION #: F3G3CK4342A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 332439 -Other Metal Container Manufacturing This combined synopsis/solicitation is being issued as total small business set-aside Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: Two (2) EA. - Double walled steel tank trailers in accordance with the following specifications: - Tank shall be properly rated to contain waste oil or Various fuels. - Minimum tank capacity: 900 gal. per tank. - Tank shall have an open/close valve with a single 1 1/2 inch female cam lock pipe including fittings and plugs. - Tank shall include liquid level gauges. - Trailer shall be DOT approved and properly equipped to be towed by pick-up truck ball hitch. - Preferred Trailer and tank color is grey. Color shall not be considered an evaluation factor. CLIN 0002: Two (2) EA. - Static discharge reels in accordance with the following specifications: - Reel must be at least 50 ft and shall be mounted to the trailers referenced in CLIN 0001. The following clauses apply: FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions The following additional provisions or clauses are specific to this particular requirement: FAR 52.219-6 - Notice of Total Small Business Set-Aside AFFARS 5352.242-9000 - Contractor Access to Air Force Installations Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation via email which shall be considered. Quotations and questions may be emailed to brant.sylvester@us.af.mil no later than 4 March 2015, 1:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G3CK4342A001/listing.html)
- Place of Performance
- Address: Nellis AFB NV, Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN03650476-W 20150226/150224235451-c0eddfb188da48cd01784b8fc5c2fc95 (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 |