Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2009 FBO #2916
SOLICITATION NOTICE

47 -- Wake Island Floating Fuels Hoses & Reels

Notice Date
11/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-10-T-0004
 
Archive Date
12/15/2009
 
Point of Contact
John M Haberlach, Phone: (808) 448-2967, Frank Hartzell, Phone: (808) 448-2976
 
E-Mail Address
john.haberlach@hickam.af.mil, frank.hartzell@hickam.af.mil
(john.haberlach@hickam.af.mil, frank.hartzell@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-10-T-0004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20091019, and Air Force Acquisition Circular (AFAC) 2009-1030. This acquisition is a small business set aside under NAICS code 811310 and small business size standard of 100 employees. This RFQ contains three (3) line items. The items, as follows, are on a firm fixed price basis: CLIN 0001: Floating hose to be used to offload JP-5 from ship to shore. Hose shall be 6-inch x 300 feet, be certified one continuous length of 300 feet, be flexible and collapsible for storage, have a minimum 200 psi hose working pressure, be hydrostatically tested, meet all U.S. Coast Guard requirements specified by 33 CFR 154.500, be black nitrile tube with black Chemivic (Nitrile/Vinyl) cover, multiple textile cord plies reinforcement. Hose ends shall be Stainless Steel (SS) 316 Class 150 flanged inserts and SS304 ferrules. Flanges shall have eight bolt hole pattern with outside diameters of 11 inches and must connect to other existing hoses. Quantity = 2 Each. CLIN 0002: Hose reel to be used to store a 6-inch x 300 feet floating fuel hose. The reel rewind system shall be hydraulic with a hydraulic powered gear motor, Royersford clutch, #50 chain drive with 24T & 256T sprocket, chain guard. Reel shall have a 3-inch square tubing frame, lifting eyes on the corners of the frame, ¼-inch rolled discs, pipe spacer drum, HD pinlock, evacuation drain, pillow block ball bearing, 6-inch Class 150 raised flange riser, hydraulic caliper disc brake. Hose reel assembly shall be factory coated for a marine environment and have a fuel resistant protective coating. Quantity = 2 Each. CLIN 0003: Shipping to 1082 Makepono St., Honolulu, Hawaii, 96819. Quantity = 1 Lot. Delivery shall be FOB destination with a required delivery date no later than 5 February 2009 in order to make the annual barge to Wake Island. The delivery location is as follows: 1082 Makepono St., Honolulu, HI, 96819. Any questions in regards to this solicitation must be submitted no later than 23 November 2009 to ensure Government ample response time and timely submittals of quotes. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 12:00 PM, Hawaii Standard Time (HST), on 30 November 2009. Electronic quotes are acceptable. Submission may be made via email to john.haberlach@hickam.af.mil or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered and active in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. IAW 52.212-2 (a), Evaluation - Commercial Items (Jan 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. IAW 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (Aug 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov/. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009), is applicable to this procurement along with the following addenda. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-9 & Alt II, Small Business Subcontracting Plan 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietname Era 52.222-39, Notification of Employee Rights Conerning Payment of Union Dues or Fees 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 52.203-3, Gratuties 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustments 252.247-7023 Alt III, Transportation of Supplies by Sea 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-10-T-0004/listing.html)
 
Place of Performance
Address: 1082 Makepono St., Honolulu, Hawaii, 96819, United States
Zip Code: 96819
 
Record
SN02004610-W 20091118/091116235316-cbfad7252ca736707f92e288e73e7d57 (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.