SOLICITATION NOTICE
E -- PURCHASE AND INSTALL AN FUEL MANAGEMENT SYSTEM K800 CARD CONTROL UNIT OR EQUAL SYSTEM
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- US Fish and Wildlife Service, CGS Contracting and General Services134 Union Blvd Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- F11PS01362
- Response Due
- 8/25/2011
- Archive Date
- 8/16/2012
- Point of Contact
- Thomas W Griffin Contract Specialist 3032364326 tom_griffin@fws.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
- (i)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 with this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation F11PS01362, to provide and install a fully functional fuel management system K800 card control unit or equal system at the Arrowwood National Wildlife Refuge, 7745 11th Street SE, Pingree, North Dakota is issued as a Request for Quotation (RFQ). (iii) This solicitation is being issued as a 100% SMALL BUSINESS SET-ASIDE in accordance with FAR 19.502-2(a). The North American Industry Classification System (NAICS) Code is 238290 Other Building Equipment Contractors, with a size standard of $14.0M The Contractor shall provide and install a fully functional fuel management system K800 card control unit or equal system to include: 1 K800-4, 4 hose control site controller and island terminal; 1 card pocket weather shield; 1 Phoenix plus for windows software; 100 White magnetic stripe cards; 3 Tut hill/fill rite meters; 3 OPW 500 series pulsars; start-up and training. The contractor shall demolish power at old the old pump location and salvage explosion proof conduit and boxes (explosion proof conduit and boxes shall remain property of the Government). The contractor shall furnish and install necessary wire and related fittings to accomplish the installation of the new fuel management system to three pumps at new pump location. Furnish necessary wiring and related fittings to connect the communications wiring(2 wire twisted pair) from the card control island reader to owners office (two 1" conduits already installed from pump location to island reader location 100' from the building). Furnish necessary wiring and related fittings for pulser power and pulse output from gas/fuel pumps to island reader. Install one (1) emergency shut off switch on exterior of building. Furnish and install a 10' steel light pole to existing concrete with one (1) 150W HPS light. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial Items and 52.212-2, Evaluation - Commercial Items apply. (viii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.219-6, Notice of Total Small Business Set Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (ix) 52.204-8, Annual Representations and Certifications, effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (x) Electronic quotes will be accepted at tom_griffin@fws.gov. Fax quotations will be accepted at 303-236-4791. All prospective offerors interested in submitting a quote must include company name, mailing address, and point of contact, phone number, e-mail address, business size status and DUNS Number. (xi) Offers are due no later than 25 August 2011 at 2:00 pm MDT. (xii) Evaluation will be based on price. (XiiI) Award will be made on Price (xiv) The price will be F.O.B. Destination. (xv) Delivery: 13 October 2011 (xvi) For other information please contact: Mr. Tom Griffin, 303-236-4326. Point of ContactMr. Tom Griffin, Contract Specialist, Phone 303-236-4326, Fax 303-236-4791, Email tom_griffin@fws.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS01362/listing.html)
- Place of Performance
- Address: US Fish and Wildlife ServiceArrowwood National Wildlife Refuge7745 11th Street SEPingree, ND
- Zip Code: 584768308
- Zip Code: 584768308
- Record
- SN02539092-W 20110819/110818000527-f851541490589d72c5e6072bc8bc4056 (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 |