Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOLICITATION NOTICE

42 -- HEMTT Spill Containment System - Package #1

Notice Date
5/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-16-Q-0037
 
Point of Contact
Gilberto Resto,
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HEMITT Spill Containment Solicitation Subject: The scope of this project is for procurement of Five (5) drive on portable Heavy Expandable Mobility Tactical Truck (HEMTT) containment system that meet environmental and technical requirements. Purpose: Maryland Army National Guard proposes to enter into a Firm-fixed Price contract for four drive on portable HEMTT containments system in accordance with all applicable federal and state environmental regulations. Maryland National Guard personnel will move and erect all containment system after receipt and acceptance. Synopsis: This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribe in the Federal Acquisition Regulations (FAR) 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. Solicitation W912K6-16-Q-0034 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide contract line item Number (CLIN): CLIN 0001 5 EA Drive on portable HEMTT containment system IAW salient characteristics listed below: a) Must be a prefabricated drive-on/back-off mobile system with connecting sections and sump for 2500 gallons of aviation fuel. b) Floors must be removable with heavy-duty grating with a corrosion resistant finish. Must have a drain port for every 20'X8' section. Must contain an elevated grate or other design feature to ensure there is no contamination from the system to the surrounding environment. Must contain a filtration system in all four corners. c) Minimum size of the containment system shall be 14'H x 20'W x 44' D for external space. The exterior of the system is to be white in color. d) System must include two ramps per system as well as connecting caps, bulkhead fittings and flex line connection. e) System must be designed to sustain winds up to 85 mph. f) Must meet all EPA and OSHA regulations for secondary containment and spill prevention for Mobile Fuel Tankers, to include AR 750-1. g) Must have self-contained oil/water separation system. Oil/water separation must be in compliance with EPA, MDE and APG storm water regulations. h) Must have canopy to cover HEMTT i) Manufacturer of system must offer a minimum of ten year warranty. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in Lowest Price Technically Acceptable. The North American Industry Classification System (NAICS) is 332311, Building and Building material/industrial services and supply. The small business size standard is 750 employees, and an unrestricted will be a competed action. Destination: Shipping will be free on board (FOB) Destination to: Four (4) to be shipped to: Maryland Army National Guard Army Aviation Support Facility Weide Army Heliport bldg. E 4018. Edgewood Area, APG, MD 21010-5401 One (1) to be shipped to: Maryland Army National Guard 5th Regiment Armory 219 W 29th Division Street. Baltimore, MD 21021-2288 Period of Performance: 10 week lead time from contract completion. Acceptance Criteria: Containment systems will be inspected upon delivery. Systems will be free of damage that may have occurred through shipment. System will be fully operational. Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-28, Post Award Small Business Program Representation. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea Full text of FAR Clauses may be accessed electronically at http:/www.acqnet.gov/far. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to Maryland Army National Guard, USP&FO for Maryland, 301 Old Bay Lane, Havre de Grace, Maryland 21078, via email no later than Tuesday, June 15, 2016 4:00 PM, Eastern Standard Time. All inquiries must be email to ng.md.mdarng.list.uspfo-arpc@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-16-Q-0037/listing.html)
 
Record
SN04121232-W 20160520/160518234757-88ccd0a653fe72732ffdbce5c794dfb3 (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.