Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2006 FBO #1507
SOLICITATION NOTICE

J -- Repair and installation of replacement parts on a water tank truck.

Notice Date
1/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-06-T-0012
 
Response Due
1/19/2006
 
Archive Date
3/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcemen t constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 date d 05 January 2006 and Class Deviation 2005-o0001 and Defense Federal Regulation (DFAR) Supplement, current to DCN 20051220 edition. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% Small Bus iness Set-Aside. The North American Industry Classification System (NAICS) is 332420 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https ://www.bpn.gov/CCR/scripts/index.html. The solicitation consists of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: 1 Each, Description: Replacing water tank and spray system on a 1996 Peterbuilt 6X6 SP344 water tank truck. The meas urement from the back of the cab to the center of the tandems is 13ft. The total length of the old tank is 16ft long by 8ft wide and 5ft high and is octagon in shape. There is 25 1/2 in. from the cab to the tank due to the hydraulics. Repairs and replacem ent parts will be conducted with the following requirements 4000 Gallon SD-15 tank with belly plate; 3/16 in. A36, tank baffles (2) fitted, curved and welded on all seams, ladder OSHA approved left side mounted 3/4 in. construction, manway 25 in. diameter round with hinged non-sealing lid needs to be 6 to 8 in. above the tank, and installed in the center of the tank, hydrant fill 2-1/2 in. with air gap, site gauge front and rear, lights DOT specifications wiring in conduit, back up alarm installed and opera tional, inside of the tank coated with a linex type-protecting coat, tank exterior painted to white to match cab of truck, warranty on tank minimum of 5 years, centrifugal pump with mechanical seal, front 2ea, rear 2ea, side 1ea. 3 in. spray heads with air control valves, jet valve ( 1-12 in. ball ), suction fill self load plumbing with 20 ft. X 3 in. hose and foot valve, hose reel installed on the right side enclosed in a compartment with access door to protect it from the elements, gravity drop 6 in. air actuated with air op cab control, six switch cab console to operate all air valves, minimum of 1 year warranty on all plumbing, complete removal and installation (spring mounted) and disposal of old tank, turnkey ready and tested, may reuse hydraulic drive and PTO from old system. Yuma Proving Grounds (YPG) will provide transportation with in a 300-mile radius to and from repair facility. All proposals shall be clearly marked with Request for Quotation referencing number W9124R-06-T-0012 and emailed to Tej ae.Craig@yuma.army.mil or sent by facsimile to 928-328-6849 no later than the 19th of January 2006 at 12:00 pm noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Tejae.Craig@yuma.army.mil no later than the 18th of January 2006 at 12:00 pm noon Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). Note: In order to complete the Representations and Certifications for the referenced provision you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the re ferenced provision, copy and paste it to a Word Document and complete. FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (S ep 2005) applies to this acquisition. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award to other than the lowest offeror. Paragraph a. of provision 52.2 12-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is s econd in order of importance, and third is price. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance tha t have been determined acceptable. Unreasonable prices of a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Jan 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 t hat are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52. 222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, V eterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999), 52.222-41, Service Contract Act of 1965, As Amended (Jul 2005), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following clauses are also applicable to this solicitation: FAR 52.247-34 F.o.b. Destination (Nov 1991) and FAR 52.222-49 Service Contract Act  Place of Performance U nknown (May 1989). FAR 52.222-49 paragraph (a) is completed as follows: Yuma, AZ; Phoenix, AZ; Tucson, AZ and San Diego, CA. / 17 January 2006. DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executives Orders App licable to Defense Acquisitions of Commercial Items (Dec 2005), specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Jun 2005). If you plan on participating in this acquisition, you are required to provide your name, add ress, phone number, and email address to Tejae Craig via email to Tejae.Craig@yuma.army.mil or by facsimile (928) 328-6849. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00963422-W 20060111/060109212020 (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 |
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.