Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

42 -- Mobile Hazmat Tanker - RFQ

Notice Date
9/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M32E9175A003
 
Archive Date
10/6/2009
 
Point of Contact
William J. Cohen, Phone: (843) 963-3327, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
william.cohen@charleston.af.mil, jacqueline.brown@charleston.af.mil
(william.cohen@charleston.af.mil, jacqueline.brown@charleston.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M32E9175A003 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 10 September 2009. (iv) This acquisition is being issued on an unrestricted basis. The associated NAICS code is 423850 with a 500 employee size standard. (v) Contractors shall submit a lump sum quote for a mobile hazmat trailer with wireless controls to be delivered to Charleston AFB, SC. If quoting equal items, offeror's must list itemized specifications on their quote. All responsible sources may submit a quotation, which shall be considered. CLIN 0001 - 1 Each - Mobile Hazmat Fire Tanker; KIDDE p/n: O-1003 Tanker HAZM; or equal CLIN 0002 - 1 Each - Wireless Controls; KIDDE p/n: O-100; or equal At a minimum, the items offered must contain the following salient characteristics: • Hazmat leak scenario simulator • Approximately 40-ft long x 6-ft diameter roadway tanker • Contain a minimum of (2) 4-ft x 6-ft fuel spill fires • Relief valve fire • Split flange fire • Independent, constant pilot flames • Control panel • Tank rupture training kit • Four compartments for hazmat training • Cooling water mist system with fire hose interface connector • Catwalk with railings on top of tanker • Propane and electrical lines/connections • Storage racks on trailer for equipment transportation • Wireless control capability • Onsite startup and operator training (vi) Mobile hazmat trailer with wireless controls on Charleston Air Force Base, South Carolina. (See attached RFQ document). (vii) Items to be delivered FOB Destination to: Charleston AFB, SC. Offerors are to submit delivery time with their quotation. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate offers for award purposes based upon the total price for the requirement. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, Central Contractor Registration • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 21 September 2009 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M32E9175A003. (xvi) Address questions to SSgt William Cohen, Contract Specialist, at (843) 963-3327, fax (843) 963-5183, email william.cohen@charleston.af.mil or Jacqueline Brown, Contracting Officer by email jacqueline.brown@charleston.af.mil, Phone (843) 963-5857. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M32E9175A003/listing.html)
 
Place of Performance
Address: 437th CES/CEF, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01956265-W 20090917/090916002948-92c9976f0ac5c3186c44a8dd1dce42e2 (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.