SOLICITATION NOTICE
17 -- DEFUELING MODULE
- Notice Date
- 3/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
- ZIP Code
- 99502-1998
- Solicitation Number
- W91ZRU-12-T-0017
- Archive Date
- 4/20/2012
- Point of Contact
- Craig S. Wood, Phone: 9075510246, Paul C. Fruend, Phone: 9075510245
- E-Mail Address
-
176msg.msc-missionsupportcontracting@elmendorf.af.mil, paul.fruend@elmendorf.af.mil
(176msg.msc-missionsupportcontracting@elmendorf.af.mil, paul.fruend@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This requirement is a 100% small business set-aside, NAICS 333911. Award will be based on best value to the government. Purchase of portable refueling pumps compatible with active aircraft operations. All parts requested in this quote are to be brand new, never used. All pumps quoted will meet Forward Area Refueling Point (FARP) Operations requirements IAW AFI-11-235, T.O. 00-25-172 and T.O. 37A9-7-2-1. Scope of Requirement 1. Item 0001 2 Each Portable Defueling Module Air Logistics Corp. Brand, AIR LOG P/N 122070. 50 GPM, 24-28 Volt DC powered connection, configured to allow free flow of fuel through the upper manifold and defueling hoses or pump units after fueling is complete, upper manifold is 3 inch dia. allowing supply with 2 inch or 3 inch dia. dry-break couplings, size specifications: 17 inch height x 16.5 inch width x 42 inch length, 105 lbs total weight. IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they are an authorized distributor and or wholesaler for all the above items requested. All qualified sources may submit a response, which if timely received, will be considered by this agency. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government posting this RFQ. The anticipated award date is 6 April 2012. Please include shipping directly to Anchorage AK 99506. Firms that believe that they can provide similar required items must provide supporting evidence to the Contracting Officer. This announcement constitutes the only written notice. The following provisions are incorporated by reference, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certificates-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes of Executive Orders-Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-12-T-0017/listing.html)
- Place of Performance
- Address: 17470 Airlifter Dr, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02705704-W 20120328/120326234917-48c0ccb160e2ef55f15d533288982dc3 (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 |