SOLICITATION NOTICE
46 -- To purchase a trailer mounted sewage vacuum system. This announcement is a Combined Synopsis/Solicitation and subject to the availability of funds.
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - BAND - Bandelier National Monument 15 Entrance Road Los Alamos NM 87544
- ZIP Code
- 87544
- Solicitation Number
- Q7129090279
- Response Due
- 9/14/2009
- Archive Date
- 9/2/2010
- Point of Contact
- Robert G. Maynard (Bob) Contract Specialist 5056723861548 Bob_maynard@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Trailer Mounted Sewage Vacuum System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 acquisition is 100% set aside for small business; the associated NAICS code is 333319 and the small business size standard is 500 employees. The government will award a Firm-Fixed-Price contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, with the lowest 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. The government may elect to award without discussions. The contract is for one (1) Trailer mounted vacuum pump and tank reservoir system. The contract will be awarded on or about September 21, 2009 and is subject to the availability of funds. Specifications: Trailer mounted vacuum pump and tank reservoir system powered by an electric start, gas engine with muffler and spark arrester. The system must be capable of pumping thick sewage from vault toilet holding tanks. The system will include filters, relief valves and gauges required to evacuate up to 300 gallons of raw sewage. System to have up to two, 3"-intake valves mounted on either side of trailer for ease of access. Cam and groove connection preferred at intake valves. Rear or bottom discharge hatch assembly for tank discharge and tank cleaning in required. The single axle trailer shall have steel decking and up to 12" side rails along three sides. The maximum outside width must not exceed 70" outside to outside. The tow assembly to be designed for a 2" ball hitch and balanced towing distribution when fully loaded. The overall trailer length can vary but a compact layout and overall length is preferred. The trailer shall have wheel fenders and must be wired for lighting to comply with street use regulations. Trailer clearance shall be a minimum of 15" off the ground. The trailer shall be outfitted with a mounted steel tool box large enough to hold tank fittings and small tools. All metal parts shall be primed and painted. GENERAL INFORMATION AND CLAUSES: The purchase is a lump sum Firm-Fixed-Price contract. Actual quantities ordered will depend on individual unit prices and availability of funds. Paper copies of combined Synopsis/Solicitation will not be issued. The Combined Synopsis/Solicitation can be downloaded at (http://www.fedbizopps.gov) on or about September 3, 2009 and unless amendments are issued extending the solicitation the offers are due by 4:00 p.m. (MST) on September 14, 2009. All vendors must be registered in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Point of Contact for this procurement is Bob Maynard, Contracting Officer, 505-672-3861, ext. 548. Email address: bob_maynard@nps.gov. The Government reserves the right to cancel this synopsis/solicitation at any time. PROVISIONS: The following FAR clauses apply to this solicitation: 52.214-04 Contract Terms and Conditions - Commercial Items, March 2009; 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, June 2009; 52.212-03 Offeror Representations and Certifications - Commercial Items, July 2009; 52.223-04 Recovered Material Certification, May 23008; 52.212-01 Instructions to Offerors - Commercial Items, June 2008; 52.212-02 Evaluation - Commercial Items, January 1999. 52.225-01 Buy American Act, June 2003; 52.243-01 Changes Fixed Price, August 1987. For full-text version of these provisions, please use the following Internet link; http://www.arnet.gov. PRICING REQUIREMENTS FOR QUOTES - Price evaluation will be based on the lowest price. All interested offeror's who believe they are capable of providing a proposal shall submit their proposal to Bob Maynard by fax at 505-672-9607 or by email at bob_maynard@nps.gov by 4:00 pm (MST) September 14, 2007. Any questions regarding this combined synopsis/solicitation must be done in writing by email to bob_maynard@nps.gov. Questions of a technical nature need to be directed to Liza Ermeling, Facility Manager, Bandelier National Monument. She can be reached by calling 505-672-3861, ext. 521.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7129090279/listing.html)
- Place of Performance
- Address: Bandelier National Monument15 Entrance RoadLos Alamos, NM
- Zip Code: 875449508
- Zip Code: 875449508
- Record
- SN01938376-W 20090904/090903001739-eaa2d7e09042ea1d11b7b60c676b1296 (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 |