Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2022 SAM #7481
SOLICITATION NOTICE

42 -- Spill Containment Pads

Notice Date
5/23/2022 12:14:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
 
ZIP Code
37204-1502
 
Solicitation Number
W912L722Q0510
 
Response Due
5/31/2022 8:00:00 AM
 
Archive Date
06/15/2022
 
Point of Contact
RHONDA LIEN, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.civ@army.mil
(rhonda.m.lien.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**********URGENT******* Time is of the Essence to recieve this product.� 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 included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-22-Q-0510 is hereby issued as a Request for Quote within the TN area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 01 MAY 2022. This requirement is being advertised as SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) Code(s) are 326299, with a Size Standard of 500 Employees. The following clauses are applicable to this acquisition: The solicitation closes 31 MAY 2022 at 11:00am EST (10:00am CST). Please send your Quotes and ALL questions to and Rhonda.m.lien.civ@army.mil . QUESTIONS � Please send all questions no later than 25 MAY 2022 at 1:00pm EST/12:00pm CST If you have any questions, please contact Rhonda Lien @ via email Rhonda.m.lien.civ@army.mil CLIN 0001 18 QTY�� 14'x56'x1' Rigidlock Failsafe Milberm Salient Characteristics for BASIC CONCEPTS INC SPILL PADS FAIL-SAFE MILBERM 14�X56�1� 18 EACH Must be at least 14� x 56� x1� to accommodate an M969 5000-gallon semi tanker trailer. Must be able contain a fuel spill of 5000 gallons or more Must be of pliable construction to allow secure stowage on M1088 tractor Must be able to fold down to 42in x 36in x 18in to allow stowage Must have reinforced wrap around corner construction designed to prevent seam leaks Must have a flotation device on both the entry and exit walls that self erects with rising fluid level to prevent spillage Must have rigid brace support to prevent wall collapse and sagging when filled Must have integrated stainless steel support anchor points to permit anchoring to ground Must have finished hem edge on top of sidewalls to prevent fraying Must be of single piece construction to prevent seam leaks Must be constructed of heavy duty fabric material Must be constructed of BC3CF vinyl reinforced material to prevent damage from corrosion Must be able to contain F-24 aviation jet fuel without leakage or damage to the material Must comply with Army Regulation 200-1 Environmental Protection and Enhancement Must be capable of being deployed indoor or outdoor on rugged terrain Must comply with Spill Prevention Control and Countermeasures as part of the Clean Water Act in 40 CFR part 112 Must be deployed quickly with no assembly CLIN 0002 6 QTY��� 12'x36'x1' Rigidlock Failsafe Milberm FAIL-SAFE MILBERM 12� x 36� x 1� 18 EACH Must be at least 12� x 66� x1� to accommodate an M978 HEMTT 2500-gallon tanker. Must be able contain a fuel spill of 2500 gallons or more Must be of pliable construction to allow secure stowage on M978 HEMTT Tanker Must be able to fold down to 36in x 36in x 16in to allow stowage Must have reinforced wrap around corner construction designed to prevent seam leaks Must have a flotation device on both the entry and exit walls that self erects with rising fluid level to prevent spillage Must have rigid brace support to prevent wall collapse and sagging when filled Must have integrated stainless steel support anchor points to permit anchoring to ground Must have finished hem edge on top of sidewalls to prevent fraying Must be of single piece construction to prevent seam leaks Must be constructed of heavy duty fabric material Must be constructed of BC3CF vinyl reinforced material to prevent damage from corrosion Must be able to contain F-24 aviation jet fuel without leakage or damage to the material Must comply with Army Regulation 200-1 Environmental Protection and Enhancement Must be capable of being deployed indoor or outdoor on rugged terrain Must comply with Spill Prevention Control and Countermeasures as part of the Clean Water Act in 40 CFR part 112 Must be deployed quickly with no assembly CLIN 0003� SHIPPING SHIP TO NO LATER THAN 13 JUNE 2022� to� LANGFORD LAKE DIRT RAMPS CRSP YARD (GRID NU307940), Fort Irwin, CA 92310 POC: John Williams Provisions and�Clauses 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. The following factors shall be used to evaluate offers: Technical Acceptable for the Government Delivery, Price, Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by�� either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 52.204-23 PROHIBTION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS & VIDEO SURVEILLANCE SERVICE OR EQUIPMENT. BASIC (AUG(2019) 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. 52.211-6 BRAND NAME OR EQUAL 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) 52.216-19 ORDER LIMITATIONS 52.219-6� SMALL BUSINESS SET-ASIDE 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.219-33 NONMANUFACTURER RULE 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) 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-System for Award Management 52.233-3 Protest After Award. 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM 52.239-1 PRIVACY OR SECURITY SAFEGUARDS 52.246-16 RESPONSIBILITY FOR SUPPLIES 52.246-17 WARRANTY OF SUPPLIES OF NONCOMPLEX NATURE 52.247-34 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS 52.252-2 Clauses Incorporated by Reference. https://www.acquisition.gov/ 52.252-6 Authorized Deviations in Clauses. 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7003 Agency Office of the Inspector General� 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7012 SAFEGUARDING COVERED DWEFENSE INFORMATION AND CYBER �����INCIDENT REPORTING 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS 252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES 252.225-7031 Secondary Arab Boycott of Israel. 252.225-7035 Buy American�Free Trade Agreements�Balance of Payments Program Certificate (Alternate I) 252.225-7048 EXPORT CONTROLLED ITEMS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INIAN-OWNED ECONOMIC ENTERPRISES, & NATIVE HAWAIIAN SMALL BUSINESS CONCERNS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) � �252.232-7006 Wide Area WorkFlow Payment Instructions. �252.232-7010 Levies on Contract Payments. 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d865f08156d401d8d7cfbf5c5bacba0/view)
 
Place of Performance
Address: Nashville, TN 37204, USA
Zip Code: 37204
Country: USA
 
Record
SN06335344-F 20220525/220523230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.