SOLICITATION NOTICE
42 -- HAZARDOUS MATERIAL SPILL CONTAINMENT EQUIPMENT
- Notice Date
- 5/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-09-T-0107
- Response Due
- 5/27/2009
- Archive Date
- 7/26/2009
- Point of Contact
- MICHAEL E. RIAS, (915) 568-7366<br />
- E-Mail Address
-
ACA, Fort Bliss
(michael.rias@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. The solicitation number is W911SG-09-T-0107 and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System (NAICS) Code for this requirement is 339999 with a corresponding Small Business Size standard of 500 employees. The Mission and Installation Contracting Command (MICC), Directorate of Contracting, Fort Bliss, TX 79906 intends to award a firm-fixed price type contract. Requirements are as follows: ITEM 001, Secondary Containment Spill Berm, 12 foot x 36 foot x 1 foot minimum, to be used for the portable temporary secondary containment around 2,500 gallon HEMTT fuel trucks to meet regulatory requirements of 40 CFR part 112 of the clean water act. Walls of the berm must be constructed to allow for trucks to repeatedly enter and exit the berm, rolling over berm walls. To ensure rapid response, the berm will be one piece set-up quickly with no required assembly. A basic repair kit will accompany each berm. Berms must be able to contain liquid spills up to 3,000 gallons and be constructed of material that is compatible to the containment of oil and diesel fuel. The berm will be used to cover an area approximately 36 x 12 and must be able to operate in a temperature range of -10 degrees Fahrenheit to a maximum of 160 degrees Fahrenheit. The berm vinyl material needs to be at least 14.30 ounce vinyl so the berm is not easily punctured. The berm needs 2 drain valves to remove storm water. QTY 70 EACH. ITEM 002, Secondary Containment HEMTT Berms, 12 foot x 36 foot x 1 foot, minimum. Secondary Containment Spill Berm to be used for the portable temporary secondary containment around 2,500 gallon HEMTT fuel trucks to meet regulatory requirements of 40 CFR part 112 of the clean water act. Walls of the berm must be constructed to allow for trucks to repeatedly enter and exit the berm, rolling over berm walls. To ensure rapid response, the berm will be one piece set-up quickly with no required assembly. A basic repair kit will accompany each berm. Berms must be able to contain liquid spills up to 3,000 gallons and be constructed of material that is compatible to the containment of oil and diesel fuel. The berm will be used to cover an area approximately 36 x 12 and must be able to operate in a temperature range of -10 degrees Fahrenheit to a maximum of 160 degrees Fahrenheit. The berm vinyl material needs to be at least 14.30 ounce vinyl so the berm is not easily punctured. The berm needs 2 drain valves to remove storm water. QTY 30 EACH. ITEM 003, Ground tarps, 12 foot x 36 foot minimum. This ground tarp is additional protection of the berm and it is an underlying mat to prevent rocks and sharp objects from puncturing the vinyl berm. This material needs to be at least 30 mil thickness so the berm is not easily punctured. QTY 100 EACH. ITEM 004, Ground Runners, 3 foot x 36 foot x 1 foot minimum. This ground runner is additional protection to the inside liner, to protect it from the vehicle entering and exiting the berm multiple times. This material needs to be at least 30 mil thickness so the berm is not easily punctured. QTY 100 EACH. ITEM 005, Secondary Containment Berm, 10 foot x 10 foot x 1 foot minimum. This berm is constructed of material that is compatible to the containment of oil and diesel fuel. To ensure rapid response, the berm will be one piece set-up quickly with no required assembly. The berm vinyl material needs to be at least 14.30 ounce vinyl so the berm is not easily punctured. QTY 100 EACH. ITEM 006, Secondary Containment Berm, 8 foot x 8 foot x1 foot minimum. This berm is constructed of material that is compatible to the containment of oil and diesel fuel. To ensure rapid response, the berm will be one piece set-up quickly with no required assembly. The berm vinyl material needs to be at least 14.30 ounce vinyl so the berm is not easily punctured. QTY 10 EACH. ITEM 007, Secondary Containment Berm, 6 foot x 6 foot x 1 foot minimum. This berm is constructed of material that is compatible to the containment of oil and diesel fuel. To ensure rapid response, the berm will be one piece set-up quickly with no required assembly. The berm vinyl material needs to be at least 14.30 ounce vinyl so the berm is not easily punctured. QTY 30 EACH. ITEM 008, Secondary Containment Berm, 4 foot x 4 foot x 1 foot minimum. This berm is constructed of material that is compatible to the containment of oil and diesel fuel. To ensure rapid response, the berm will be one piece set-up quickly with no required assembly. The berm vinyl material needs to be at least 14.30 ounce vinyl so the berm is not easily punctured. QTY 64 EACH. Delivery is to be made to Fort Bliss, Texas and is required no later than 120 days after award. The following clauses apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4 Contract Terms and ConditionsCommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following fill-in clauses in 52.212-5 also apply: FAR 52.203-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33; DFARS 252.204-7003, 252.204-7004 Alt A, 252.209-7004, 252.232-7010, 252.211-7003, 252.209-7001, 252.225-7000 and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001 also apply: 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002 and 252.247-7023; The offeror shall include a completed copy of the FAR Clause 52.212-3, Offeror Representations and Certifications, Commercial Items with their offer and the certification at 252.225-7000 and Local Clause 5152.233-4000, AMC-Level Protest Program. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov. The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certifications and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. Offers will be evaluated in accordance with 52.212-2 Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. Technical capability and past performance, when combined, are approximately equal to price. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Quotations are due by May 27, 2009, 4:00 p.m. MST and may be faxed to the attention of Michael Rias at 915-568-0836 or e-mailed to michael.rias@us.army.mil. Questions or concerns shall be directed to Michael Rias, Contract Specialist, via e-mail michael.rias@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK05/W911SG-09-T-0107/listing.html)
- Place of Performance
- Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX<br />
- Zip Code: 79916-6812<br />
- Zip Code: 79916-6812<br />
- Record
- SN01822526-W 20090521/090520001747-1c207325680b20f3b980839b2545dd02 (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 |