Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

79 -- Wash Rack Parts

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309
 
ZIP Code
85309
 
Solicitation Number
Reference-Number-F7TRTM41950700
 
Response Due
9/15/2004
 
Archive Date
9/30/2004
 
Point of Contact
David Berling, Contract Specialist, Phone 623-856-7166 x268, Fax 623-856-3447, - Bernard Clemens, Contract Administrator, Phone 623-856-3446 x242, Fax 623-3447,
 
E-Mail Address
david.berling@luke.af.mil, bernard.clemens@luke.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F7TRM41950700. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. This procurement is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 423850 and the size standard of 500 employees applies to this procurement. The requirement is Wash rack parts and installation. The line items description is: Brand name or equal. All stock numbers listed below are for Superior Car Wash Systems, Inc. 2831 W. Weldon Avenue Phoenix, Arizona 85017 U.S.A. 1-800-528-4063. This is an end of year requirement and is subject to the availability of funds. Award for the following is anticipated should funds become available: CLIN 0001, Item #36-505-3, 3 Bay 3 HP STAX Series Self Service Pump System; Includes: CAT %CP2120W pumps, 3 HP 3 Phase U.L. Approved motors, control center, precision pressure relief valves, stainless steel solenoid valves, cold water rinse system, stainless steel rack and holding tanks with automatic chemical mixers, system produces 3.3 GPM @ 1150 PSI system includes high pressure wash, high pressure rinse, and high pressure rinse and wax. CLIN 0002, Item #36-518-3, Foaming engine and tire cleaning pump system; includes: air powered chemical pump, solenoid valves, stainless steel pump rack and holding tank with automatic chemical mixer. CLIN 0003, Item#36-525-3, Foaming brush pump system; includes: air powered chemical pump, chemical mixing stations, stainless steel solenoid valves, pressure regulators and valve control module. CLIN 0004, Item#36-515-3, Low pressure pre soak pump system; includes: air powered pump, stainless steel solenoid valves, stainless steel holding tank with automatic chemical mixer. Install on STAX H.P. rack. CLIN 0005, Spot Free Propak 1800x; includes: 165-gallon storage tank, which feeds an 1800 Gal per day pumping system with repressurization pump. CLIN 0006, Item#9F8-44T, 1? Twin tank water softener system. CLIN 0007, Qty 3, Item#36-514, meter box with rotary switch countdown timer and push button start. CLIN 0008, Qty 3, Item#36-545, High pressure bay equipment package includes: spring loaded 360 boom, trigger gun, wand high pressure hoses, stainless steel wand holders, Lexan instructional signs. CLIN 0009, Qty 3, Item#36-530-515, Spot free rinse bay equipment package. CLIN 0010, Qty 3, Item#36-521-502, Foaming engine and tire cleaner bay equipment package. CLIN 0011, Qty 3, Item#36-521-502, Pre-soak bay equipment. CLIN 0012, Qty 4, Item#11-60320, Ultra-vac round canister stainless steel vacuum with push button start. CLIN 0013, Qty 3, Item#36-522-515, Foaming brush bay equipment package includes: 180 stainless steel boom, brush holder, brush, hose, and foam generator. CLIN 0013, Qty 3, Installation including all necessary hose, tube, pipe, plumbing, wire, electrical as needed, and delivery to Luke AFB, AZ. This requirement is for delivery FOB Destination to Bldg 340, 7451 Vong Ln., Luke Air Force Base, Arizona 85309. Please include the proposed delivery time. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote, which can be found at http://www.farsite.hill.af.mil. The clause at FAR 52.212-4,Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. and 52.252-2, Clauses Incorporated by Reference 42.202-1, Definitions; 52.203-3, Gratuities; 52.203-11, Certification and Disclosure regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitation on Payments to Influence certain Federal Transactions; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-14, Limitations on Subcontracting; 52.222-1 Notice to the Government of Labor Disputes; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13, Restrictions of Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.233-3, Protest After Award; 52.242-15, Stop-Work-Order; 52.253-1, Computer Generated Forms; 52.232-18, Availability of Funds; 52.247-34, FOB Destination are applicable. The clause at DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and DFARS 204-7004, Required Central Contract Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252-209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.219-7011, Notification to Delay Performance; 252.243-7001 Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.246-7000, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea. To be eligible to receive an award resulting from this solicitation, contractor must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. A firm-fixed price award will be made based on price and price related factors. All quotes must be valid for 60 days and emailed to David.Berling@luke.af.mil or faxed to (623) 856-3447 ATTN: 2Lt David Berling. The response due date is 15 Sep 04. Quotes are required to be received no later than 4:00 PM AM PST, 15 Sep 04.
 
Place of Performance
Address: 7451 Vong LN, Bldg 340, Luke AFB, AZ 85309
Zip Code: 85309
Country: United States
 
Record
SN00666864-W 20040909/040907212856 (fbodaily.com)
 
Source
FedBizOpps.gov 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.