Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2012 FBO #3951
SOLICITATION NOTICE

49 -- Bulk Storage/Servicing Lubrication System

Notice Date
9/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811191 — Automotive Oil Change and Lubrication Shops
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C2MX2215A001
 
Archive Date
10/5/2012
 
Point of Contact
Gillian B. David, Phone: 6713666620
 
E-Mail Address
gillian.david@andersen.af.mil
(gillian.david@andersen.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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C2MX2215A001 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 811191, size standard $7 Million. The attached Scope of Work is incorporated as reference to describe the requirement. CLIN 0001- QTY 1 ea - Oil safe bulk system, lubrication work center, 4 X 65 gallon plus 1 X 120 gallon with fill station, 12 gauge aluminized steel. Powder coated steel frame. • Require at least five individual tanks for housing lubricants/product; Minimum of four tanks need to be able to hold 65 gallons and one able to hold 120 gallons • All tanks/materials need to be corrosion resistant; powder coated is highly preferred • If available, tanks should be double-walled to self-contain potential leaks • It's a priority to have gauges to view tank levels so spillage/waste is avoidable • Removable drip trays that are easy to clean to collect accidental spills/drips during usage • Unit should be well grounding with a grounding reel and/or lug to prevent static build-up CLIN 0002- QTY 5 ea; High viscosity pump upgrade, Viscosity greater than ISO 220 and less than or equal to ISO 680 • It's essential for each tank to have its own pump, hose reel and suction tube to prevent cross contamination • Recommend high viscosity pumps to facilitate high viscosity lubricants CLIN 0003- QTY 5 ea; Flame resistant, Retractable hose reel with trigger operated dispensing nozzle. ¾" diameter, 50 Ft length • Hose reels need to be up to 25' long for dispensing lubricants CLIN 0004-QTY 1 ea; Energy safe safety door, 45G manual 2 door • Prefer system to have storage for personal protective equipment and lubrication containers • Must meet OSHA/EPA standards for containing spills CLIN 0005- QTY 10 ea; Spin on Filter 200-12 Micron- micron glass-5" • At minimum, in-line filters are essential to ensure fluid cleanliness CLIN 0006 - QTY 10 ea; Desiccant breather, limited space, 3.25" X 3.25". Dedicated for each tank removing air borne contaminates and moisture buildup. • Due to our high humidity, desiccant breathers are beneficial to prevent moisture buildup Items should be shipped 30 Days ADC, FOB: Destination for delivery to Tracy, CA. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon Technical specifications described in each CLIN and Price. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.232-18 Availability of Funds is incorporated in this solicitation as funds are not immediately avaiable for this contract. The clause at FAR 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items(Deviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Gillian David at e-mail gillian.david@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Thrusday, September 20, 2012, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C2MX2215A001 /listing.html)
 
Place of Performance
Address: Guam, United States
 
Record
SN02884979-W 20120918/120916233029-06c318f99e017bd0ce5dfa9601b5c00d (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.