Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

36 -- AQUEOUS PART WASHER

Notice Date
4/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L714Q0003
 
Response Due
5/9/2014
 
Archive Date
6/16/2014
 
Point of Contact
PRISCILLA G SWEENEY, 901/544-0770
 
E-Mail Address
USPFO for Tennessee
(priscilla.g.sweeney@us.army.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. The solicitation number is W912L7-14-Q-0003 and is being issued as a Request for Quote (RFQ). This acquisition is being issued as Small Business set aside and the associated NAICS code 33999. All responsible sources may submit a quote which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit each quotation on company letterhead to Includes all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ SPECIFICATIONS: (1EA) Front-loading Aqueous Parts Washer - Must meet current EPA and OSHA regulations governing aqueous parts washers. Must fit maximum dimensions 79 inches wide, 74 inches depth, and 83 inches in height. The unit must be electrically operated and compatible with existing 460 volt-60Hz at delivery destination. The parts washer must have a holding tank for water and cleaning solution that is recovered and recycled by the unit internally (there is not a drain for the water run though at delivery destination). The parts washer must be able to operate with existing water supply, electricity, and ventilation. All wet components (items that come in contact with water or cleaning solution) must be stainless steel and compatible with the CEE BEE 300 soap, as required per Air Force technical order. The unit must have an internal turn table at least 41' inches in diameter, and capable of supporting up to 500 pounds. Additionally, the turn table must also have securing devices to keep assets in place during operation. These securing devices must prevent assets from contacting the turn table or any mechanism inside the parts washer during operation. The unit must be front loading with a working height of approximately 36 inches, to avoid extreme bending or stooping by the individual operating the equipment. The part washer must be able to run one complete cycle without any additional manpower support. The unit must be at least 40 horsepower and have an oscillating type wash system (jets and sprayers that move to achieve thorough cleaning) capable of delivering over 250 Gallons per minute (GPM) total system flow, have a flow per nozzle of at least 16.0 GPM, have system pressure of at least 152 PSI, and have a blast velocity of at least 150 feet per second. The operating temperature must be 140-190 degrees Fahrenheit, and have an initial heating time between 60 and 90 minutes (how long it takes the unit to warm up before it's operational). The unit must have: Adjustable temperature control, temperature gauge, low water shut off switch, and an automatic wash cycle timer with automatic reset. The unit must be easily cleaned and serviced. The unit must come with at least 1 year warranty. The unit must be installed and initially set up by contractor and include all required ventilation system components. Initial set up and training of government personnel must be included and completed at delivery destination upon delivery. Contractor shall provide descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and a clear describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Contracting Officer will evaluate each part washer on the basis of information furnished by the contractor identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Award will be made in accordance with FAR 52.212-2 Evaluation - Commercial items, 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. Technical and past performance, when combined, are important than price. 1.Technical Capability a.Front end loading b.All wet components shall be stainless steel c.Compatible with CEE BEE 300 soap d.Can washer run one complete cycle without any additional manpower support e.Must meet current EPA and OSHA regulations governing aqueous parts washers. f.The parts washer must have a holding tank for water and cleaning solution that is recovered and recycled by the unit internally. 2.Past Performance Provide name, phone number, contract numbers or representatives of military installation and customers who've purchase the parts washer that is being quote within the two years 3.Price We request that response includes the earliest delivery date available. Contractors shall submit quote on company letterhead to include pricing for the requested supply item, with its unit price, extended price, total price, freight, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil FAR 52.204-7 System for Award Management FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.233-1 Disputes FAR 52.252-2 Clauses to Incorporate by Reference The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.211-7003 Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday 9 May 2014, NLT 10:00 a.m. (CST) at 164th Airlift Wing, 4593 Swinnea Rd. Bldg. 4575 Memphis TN 38118. Quotes should be marked with solicitation number W912L7-14-Q-0003 addressed to Priscilla Sweeney, phone (901) 291-7108, Fax (901)291-7479, email: priscilla.g.sweeney@us.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register @ https://www.sam.gov/portal/public/SAM/#1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L714Q0003/listing.html)
 
Place of Performance
Address: 164th Airlift Wings 4593 Swinnea Rd Memphis TN
Zip Code: 38118
 
Record
SN03341047-W 20140419/140417234451-b84486af656af3c4dbfb0c850d6b95c9 (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.