COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS
36 -- CYLINDRICAL RIDING FLOOR SCRUBBER
- Notice Date
- August 29, 2001
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F1WC10123412
- Response Due
- September 7, 2001
- Point of Contact
- Robin Vaughan, Contract Specialist, Phone 850-283-8610, Fax 850-283-3963, Email robin.vaughan@tyndall.af.mil -- Randall Jones, Contracting Specialist, Phone 850 283-8616, Fax 850 283-3963, Email randall.jones@tyndall.af.mil
- Description
- The 325th Contracting Squadron at Tyndall AFB FL intends to purchase an Industrial Floor Scrubber. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The Purchase Request number is F1WC10123412 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-13. This solicitation is 100% Set-Aside for Small Business Concerns in accordance with FAR Part 19. The North American Industry Classification System (NAICS) code is 333298, size standard 500 employees. The contractor shall provide the following: Manufacturer: Factory Cat, Model 40 -- Industrial Cleaning Equipment -- Rider Scrubber, OR EQUAL: Rider; cylindrical scrub brushes with turning speed greater than 600 rotations per minute; applies greater than 200 lbs of pressure to the cleaning surface; 1.5 cubic foot hopper capacity; All tires, squeegees, and brushes handle residual POL products left on cleaning surface without rapid deterioration; Pickup system to include 2 vacuum motors 2-hp, 2? diameter vacuum hose, pre-sweeper, reversible squeegees, squeegee width 40?; Cleaning path of 38-40"; 50 Gallon tank capacity for each supply & recovery; speed greater than 5 miles per hour; Traction motor 2-hp; Traction wheels 2 each Rear wheel drive non-slip; Transaxle; climbs a 14 degree incline; Battery with Quick Charge system included, 6/12v/615ah, 6 hours cleaning time; Cleans 40,000 ft per hour, greater than 3 hours in normal operation; Minimum 2-year floor scrubber warranty and 5-year tank warranty. Please acknowledge all requirements on quotations. This notice of intent is a request for competitive proposals. A determination by the government to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror?s; therefore, each offeror?s initial proposal should be complete and accurate. F.O.B. destination is required by the Government. Delivery point is 2FS, Bldg 180, Tyndall AFB, FL. The required delivery date is 17 October 2001. Contractor shall provide all materials, labor, and transportation necessary to complete this service. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the government. Alternative proposals are encouraged. However, alternative proposals demonstrating technical expertise and superior performance will be considered. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 1999), is hereby incorporated by reference. DFARS 252.204-7004, Required Central Contractor Registration (MAR 1998), is hereby incorporated by reference. Offers must be in writing, and may be faxed to 325 CONS/LGCAB at (850) 283-3963; or mailed to 325 CONS/LGCAB, 501 Illinois Ave., Tyndall AFB, FL 32403; or e-mailed to robin.vaughan@tyndall.af.mil. All offers are due by 3:00 P.M. CST, 07 Sep 2001. Collect calls will not be accepted. For further information regarding this solicitation, contact Purchasing Agent, Senior Airman Robin Vaughan @ Phone 850-283-8610, no later than 3:00 P.M. CST, 07 Sep 2001.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/TynAFBCS/F1WC10123412/listing.html)
- Record
- Loren Data Corp. 20010831/36SOL001.HTM (D-241 SN50W2P6)
| 36 - Special Industry Machinery Index
|
Issue Index |
Created on August 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|