SOLICITATION NOTICE
54 -- Portable Fuel Tanks
- Notice Date
- 7/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-14-T-0084
- Archive Date
- 8/14/2014
- Point of Contact
- James W. Purcell, Phone: 6157367674
- E-Mail Address
-
James.W.Purcell@usace.army.mil
(James.W.Purcell@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation W912P5-14-T-0084 is a Request for Quotation (RFQ) for 158 Gallon & 132 Gallon Portable Fuel Tanks and associated equipment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The contractor shall deliver three (3) 132 Gallon Fuel Tanks, and one (1) 528 Gallon Fuel Tank. These storage tanks must be environmentally safe, double-walled, internally baffled, lockable hatches, with 110% secondary containment eliminating the need for spill pans, and UL 142 and DOT approved. These fuel tanks must be able to be lifted by crane or forklift in order to transport fuel to diesel powered equipment. Each of the three 132 gallon fuel tanks shall be provided with a ¾" 18GPM Filter Kit, a ¾" 115V 15GPM Transfer Pump kit with auto nozzle, a ¾" by 25' Delivery Hose, and ¾" Male/Female Quick Coupler set. The fuel tank provided must be a design that is easily transported by forklift and trailer. The 528 gallon fuel tank shall be provided with a ¾" 18 GPM Filter Kit, a ¾" 115V 20GPM Transfer Pump kit with auto nozzle, a ¾" by 35' Hose Reel kit with auto rewind, and a trailer with the capacity to transport the tank over roadways while full. The fuel tank provided must be detachable from the trailer and a design that is easily transported by forklift. The trailer must be DOT approved, with an adjustable tongue jack and adjustable hitch. The contract resulting from this solicitation will contain ten line items: CLIN 0001 for 1 each 528 gal fuel tank; CLIN 0002 for 1 each trailer for the 528 gal fuel tank; CLIN 0003 for 1 each pump kit for the 528 gal fuel tank; CLIN 0004 for 1 each 35ft hose reel kit for the 528 gal fuel tank; CLIN 0005 for 3 each 132 gal fuel tanks; CLIN 0006 for 4 each 18gpm filter kits; CLIN 0007 for 3 each 15gpm transfer pump kits for the 132 gal fuel tanks; CLIN 0008 for 3 each 25ft delivery hose for the 132 gal fuel tanks; CLIN 0009 for 3 each quick-couplers for the 132 gal fuel tanks; CLIN 0010 for all shipping and handling charges associated with CLINs 0001 through 0009. Delivery: The items shall be delivered within Sixty (60) calendar days after receipt of a signed copy of the contract. Arrangements shall be made with the below contact not less than one (1) working day prior to delivery. Deliveries accepted Monday -Thursday (except federal holidays), 0600-1630. Location: U.S. Army Corps of Engineers Wilson Lock, ATTN: Gerald Choat 704 South Wilson Dam Road Florence, AL 35630 POC: Gerald.d.choat@usace.army.mil; Phone:256-764-5223 The NAICS Code for this acquisition is 332420, Metal Tank (Heavy Gauge) Manufacturing. The SBA small business size standard for this NAICS Code is 500 employees. This is a Small Business Set-Aside. The provisions and clauses incorporated herein may be accessed at the following link(s): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The following FAR provisions and clauses apply to this acquisition: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items. The following FAR clauses are incorporated by reference via 52.212-5: 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.212-26, 52.222-41, 52.223-18, 52.225-13, and 52.232-33. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications The provision at 52.212-2 Evaluation - Commercial Items applies to this acquisition, and subparagraph (a) of the provision is edited as follows: The significant evaluation factors for this acquisition are (1) technical capability of the item offered to meet the Government requirement; and (2) price; in descending order of importance. The following Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management Alternate A 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. Department of Defense FAR Supplement (DFARS) clause 252.211-7003 Item Unique Identification and Valuation applies to this acquisition. There are no exceptions included in subparagraph (c)(i), and no items are added to subparagraph (c)(ii) of the clause. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov/portal/public/SAM/#1 Offerors are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your offer. Offers are due by 30 July 2014, 11:00 AM CDT. Offers will be accepted via email to james.w.purcell@usace.army.mil ; or via parcel delivery at: USACE, Nashville Contracting Branch, Attn: J.W. Purcell, Room 682, 801 Broadway, Nashville, TN 37203; or via USPS at USACE, Nashville Contracting Branch, Attn: J.W. Purcell, Post Office Box 1070, Nashville, TN 37202-1070. Offerors must reference this solicitation number in the subject line of the email or the return address of the parcel, and include their CAGE Code in the response to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-14-T-0084/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Tennessee River Operations Center, Wilson Lock, 704 South Wilson Dam Road, Florence, Alabama, 35630, United States
- Zip Code: 35630
- Zip Code: 35630
- Record
- SN03433689-W 20140724/140722235438-e10cffeba40e2f4cfe457bbf73543b98 (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 |