SOLICITATION NOTICE
79 -- STB 100 Wash Rack
- Notice Date
- 5/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, W90VCM IIMEF FWD, G-4 Contracting, Unit 73920, FPO AE 09579-3920
- ZIP Code
- 09579-3920
- Solicitation Number
- W90VCM09T0039
- Response Due
- 5/6/2009 11:59:00 PM
- Archive Date
- 6/6/2009
- Point of Contact
- Sgt William Figueroa 318-440-3494 Sgt William Figueroawilliam.Figueroa@aa.mnf-wiraq.usmc.mil318-440-3494
- Small Business Set-Aside
- Total Small Business
- Description
- Classification Code: 79 Cleaning Equipment and SuppliesThis 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; quotes are being requested and a written solicitation will not be issued. It is the Government's intention to issue a firm-fixed price contract for the commercial item listed below utilizing FAR part 12 procurement procedures. Solicitation number W90VCM-09-T-0039 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 and DFARS Change Notice 20080115. The solicitation is 100% set aside for all qualified small businesses and the Government intends to only award one contract. The purpose of this solicitation is to procure the commercial items listed below, in support of 548th CSSB aboard Al Asad Air Base, Iraq. In accor! dance with FAR Part 11.104, the Government requires the following brand name or equal product: CLIN 0001 Item: STB 100 Wash SystemQty: 1Mfr: Stanton SystemsDescription:- STB 100 Wash System - Painted EpoxyShall Include:- Qty 2 - 20' Long Steel Wash Troughs, w/ 2-side blasters-7' sidewalls- Qty 1 - Minimum of 100 HP Vertical Pump - 5 Stage - Qty 1 - Minimum of 100 HP Vertical Motor 380 vac 50 hz - Qty 1 - Soft Starter, device which allows the system to completely start up while slowly applying the shaft torque to the load to avoid torque shock.- Qty 1 - Electric Opti Eye w/ timer relay for automatic system start-up once vehicle passes sensors.- Qty 2 - Galvanized Splash Walls - Both 7' High- Qty 1 - Minimum of 8,000 Gallon Tank- Painted - Qty 1 - Polymer System, coagulant which settles dirt and debris to bottom of the wash rack. This in turn allows the conveyor to scrape out the dirt and debris. - Qty 1 - Dirt Scraper Conveyor (Minimum of 230 v, Single Phase)- Qty 1 - Spare Set of Opti Eyes, sensors for automatic system start-up once vehicle passes.- Qty 1 - Spare Parts Kit (Qty 1 Coupling for Conveyor, Qty 1 Coupling Spider, Qty 2 Flange Bearings, Qty 4 Pillow Block Bearings, Qty 3 Shafting, Qty 1 Float Switch, Qty 1 Water Fill Valve, and Qty 1 Seal kit) Utility Connections-Electric: 380 vac - 3 phase - 50 htz 140 to150 amps-Water: 0.75" Water Hose Connection These items are required to be shipped to Barstow, CA, 92311. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-2 Evaluation of Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4 Contract Terms and Conditions--Commercial Items;! FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include (52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; 52.212-6, Notice of Total Small Business Set-Aside; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.233-3 Protest After Award); FAR 52.247-34 FOB-Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting w/firms that are owned or controlled by the Gov't of a terrorist country; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions ! Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.203-7000 Requirements Relating to Compensation of Former DoD Officials); 252.225-7020 Trade Agreements Certificate; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7008 Assignment of Claims (Overseas); DFARS 252.232-7010, Levies on Contract Payments; 952.233-0001, JCCI/A Agency Protest Program (see Attachment A); Al Asad Invoicing, Invoicing Instructions to Contractor (see Attachment B); and JCCI/A EFT Form (see Attachment C). The Offerors are required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. Offerors are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. The required delivery date for thi! s requirement is 60 days after receipt of order. The evaluation factors for this RFQ are technical capability of the item offered to meet the Government requirement, delivery, and price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest price technically acceptable. The offer must be accepteable in both technical capability and delivery in order to be considered technically acceptable. Submit quote to Sgt Figueroa via email william.figueroa@aa.mnf-wiraq.usmc.mil. Refer any questions to Sgt Figueroa at DSN 318-440-3494. The closing date for this solicitation is 6 May 2009 by 1800, Eastern Standard Time.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=54959143c09d78cda15778c652aac051&tab=core&_cview=1)
- Record
- SN01808521-W 20090506/090504221022-9db5f84c10e6e9e5d9bfa408e0cf4b09 (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 |