SOLICITATION NOTICE
79 -- Electrically Powered Dual Operation Truck Mount Carpet Cleaning Machine
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-F13SVM41941600
- Response Due
- 9/24/2004
- Archive Date
- 9/25/2004
- 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. Reference number for request for proposal (RFP) is F13SVM41941600. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This solicitation will be 100% set aside for small business. The NAICS code is 333319 and size standard is 500 employees. Requested item is an electrically powered dual operation portable truckmount carpet cleaning machine allowing two operators to clean carpet or upholstery off a single van. Detailed specifications include the following: two power positive displacement blowers, mobile base unit, all stainless steel tanks, electric automatic hose reels and winch system, non-marking easy rolling casters, swing-up handles, vacuum and solution tanks constructed of 14 gauge lifetime stainless steel, recovery tank constructed of 12 gauge stainless steel and baffle reinforced, 150 gallon capacity auxiliary solution tank, 150 gallon capacity recovery tank, solution delivery at 0-160 PSI positive displacement, positive displacement vacuum system, 21,000 FPM velocity at 75% head restriction, vacuum system recovers 95% of water used, all electric power at 110V and 60Hz Single Phase motor with sealed bearings requiring no maintenance, all stainless steel heat exchange system with option of auxiliary electric heater, 5-year conditional warranty, and these accessories ? electric steel reel assembly (complete with 300? solution hose, 300? vacuum hose and power supply cord), 2 each 12? and 4? cleaning head package, 2 each 8? stair tools, standard installation, complete training package, operations manual, and loading rampl with power assisted loading/unloading. Offered items shall meet or exceed the qualities of the Bane-Clene Duo-Mount Dual-Wand Truck-mount Carpet Cleaning System. Any other item offered must be deemed equal and acceptable by the Air Force customer by close of business at or before the designated time of quote closing. Evaluation will be based upon technical cability of the item offered to meet the government requirement and price. All offerers must be registered in Central Contractor Registration (CCR) and Wide Area Workflow (WAWF) at the time of submission. Information regarding registration can be accessed at http://www.ccr.gov/ for CCR and https://wawf.eb.mil/ for WAWF. Clauses and provisions can be accessed via the Internet at http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. FAR provision 52.212-1, Instructions to Offerors ? Commercial. FAR provision 52.252-2, Clauses Incorporated by Reference. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications. FAR clause 52.212-4, Contract Term and Conditions, FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (June 2004) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001, Contract Term and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items. DFAR 252.225-7001, Buy American Act and Balance of Payments Program. Offer shall include a completed copy of the certificate located at DFAR 252.225-7000, Buy American Act--Balance of Payments Program Certificate. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFAR 252.204-7004 Alt A, Required Central Contractor Registration. DFAR 252.232-7003 Electronic Submission of Payment Requests. Delivery will be FOB to Maxwell AFB Alabama. Quotes are due by 2:00 PM CDT, 24 September 2004, 42nd Contracting Squadron, Maxwell AFB. Quotes may be faxed to the 334-953-3527 or e-mailed to randi.ellis@maxwell.af.mil . For further information contact Randi Ellis at 334-953-7758.
- Place of Performance
- Address: Maxwell AFB AL
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN00678366-W 20040923/040921211950 (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 |