SOLICITATION NOTICE
81 -- pressure vessel
- Notice Date
- 8/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ-0182983
- Response Due
- 9/2/2005
- Archive Date
- 9/17/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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. This notice is issued under Request for Quotation (RFQ- 0182983). The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-03. This notice will result in an award for a Firm-Fixed Price, one-time buy, based on a Best Value determination. This is an all or none requirement. The specifications are as follows: The Federal Bureau of Investigation, have a requirement for two pressure containment vessels specifically designed to hold high pressure cylinders up to 2400 psig of hazardous chemicals and a transportation cart for the pressure vessels. The following are the salient characteristic for the two pressure vessel and a transportation cart for the pressure vessels. 1) Designed and fabricated to ASME pressure Vessels, Section 8, Division 1 specification.2) (1) 12? diameter x 78 ?? long & (1) 8? diameter x 44 ?? long. 3) Type 304 stainless steel Construction. 4) Quick opening flange by tube turns with double O-ring seal (Viton inner and Buna outer). 5) Crank handle flange closure. 6) Working pressure: 1100 psig @ 130degree F. 7) Internal volume ? 33 gallon. 8) Two (2) stainless steel diaphragm valves (vent & purge). 9) 2000 psig stainless steel pressure gauges. The following are the salient characteristic for the pressure vessel transportation cart. 1) empty weight loading capacity - 900 lbs.( capable of holding the above mention pressure vessels secularly. 2) Braking capability to stop 900 lbs.. 3) Foam filled tires ( 2 fixed and 2 steer casters. 4) ?? tow hooks to be located on one end. 5) Forklift channels (standard size) underneath cart. 6) Four ?? lifting lugs to be located on inside of cart for balance lifting (2 on each side evenly spaced).. 7) Handles on front and rear of cart to be use for mobility and cart control. 8) Cart dimensions to be at a minimum of 66 ?? long by 19? wide. The name of the manufacturer and detailed specifications must include catalog, specification and etc. In addition, the government has the right to request a demonstration of the proposed equal at no additional cost to the government. Submit along with the quote for technical evaluation. Delivery should be within 90 days or sooner after receipt of order. Offers shall be for FOB Destination. The ship to address is FBI, Laboratory Building 12, 2501 Investigation Parkway, Quantico, Virginia 22135. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR Provision 52.212-1 Instructions to Offerors-Commercial Item (OCT 2000), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Items (JULY 2002), FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002), FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2001). The evaluation of offerors and the determinations to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in his/her offer as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the offeror must furnish as a part of his/her offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of this solicitation, and (ii) establish exactly what the offeror proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, he/she shall: (i) include in his/her offer a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the close of the solicitation to make a product conform to this solicitation will not be considered. All FAR clauses and provisions may be obtained from the General Services Administration, Federal Acquisition Regulation website address http://www.arnet.gov/far/. Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capabilities, (2) price, and (3) past performance. In order to evaluate past performance, submit three references (preferably government) for similar acquisitions within the past three years. Include the name and address of the organization, name and telephone number of a point of contact and a brief description of the item(s) sold. Technical and past performance when combined, are significantly more important than cost or price. The offeror is requested to submit three signed copies of their quotes and shall be on company letterhead and clearly marked RFQ-0182983 and submitted to the address listed above no later than 4:00 p.m., EST, September 2, 2005.. Offerors shall comply with FAR provisions 52.204-8, Annual representations and certifications. Offerors shall ensure that all Representation and Certifications are executed and posted as required in this synopsis/solicitation via http://orce.bpn.gov. Contract terms and conditions ?Commercial items, is incorporated by reference and applies to this acquisition, any clarifications or questions should be in writing and directed to FBI Contracting Officer, Michael S. Reece by facsimile at (304)-625-3951 by August 24, 2005, 12: 00 p.m. EST. If clarifications or questions are received after this date and time, the government reserves the right to not provide a response. Offerors responding to this solicitation must provide their DUNS and Tax Identification Numbers. The awardee shall also be required to submit a completed Standard Form 3881. Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form, in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). All quotes must be received at the above address on or before the date/time specified in this announcement. Facsimile quotes will be accepted in accordance with FAR Provision 52.215-5 Facsimile Proposals (OCT 1997). Facsimile quotes must also be received by the date/time specified in this solicitation with the hard copy to immediately follow in the mail. Only the facsimile quote needs to be date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1 (f) (OCT 2000).
- Place of Performance
- Address: 15015 farm creek drive, Woodbridge, VA
- Zip Code: 22191
- Country: usa
- Zip Code: 22191
- Record
- SN00873547-W 20050820/050818212019 (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 |