Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS

79 -- CLEANING EQUIPMENT AND SUPPLIES

Notice Date
February 1, 2001
Contracting Office
Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001
ZIP Code
27909-5001
Solicitation Number
DTCG38-01-Q-410028
Response Due
March 1, 2001
Point of Contact
SKC Beth Bunn (252) 335-6607 or (252) 335-6840 fax
Description
This is a modified 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. The original announcement was issued 1/10/01. The specifications for CLIN 1 have changed. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotation (DTCG38-01-Q-410028) incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. This acquisition is unrestricted. CLIN 1: Aircraft Fresh Water Rinse Cart that must be equal to or exceed the following requirements: A portable trailer with water holding tank, water pump system, engine to power the water pump and a filtration system. Hot dipped galvanized or equivalent frame and axles. Stainless steel hardware, front steering axle, Pintel hitch or equivalent on a 3ft extension with lock up feature (to prevent hitch from laying on ground when not in use), hand parking brake system, 4 point D ring tie downs on corners, zero tongue weight. Tanks shall consist of 2 sizes: small cart (tank size 500 gal -25 +50) and large cart (tank size 1000 gal -25 +50). The water holding tank should be Polyethylene in type and capable of holding the required quantity of water without rupture during normal operation and transport, the operational speed is not to exceed 25mph, automatic valve shut off for filling, and 2" drain in tank. Pump/motor requires diaphragm type pump, capable of a 50' vertical reach with a 1.5"OD hose. Honda 11 Hp electric and hand pull start motor, pump output regulator, heavy duty 12 volt battery with solar recharging system, and protective hard covering for motor and pump. Filtration shall have dual self-cleaning filters with 80 to 100 mesh strain and fill point hook up for standard water hose. Dual hose /hose reels shall be corrosion resistant coated, 12 volt electric rewind capability and hand rewind, 100' 1.5"OD heavy duty hose, and pattern adjustment high reach nozzle capable of a 50' vertical reach. All painted surfaces will be of lead free white paint. The carts should be made as small as possible to facilitate easy movement in and out of aircraft. The maximum overall dimensions shall not exceed 80"W x 90"H x 275"L. The longitudinal ground clearance in inches must be greater than 0.061 multiplied by the longitudinal wheel base in inches plus 0.18. The overhang in inches must be less than -4.103 multiplied by the height in inches plus 458. The overhang in inches divided by the ground clearance in inches must be greater than 0.0253 multiplied by the wheel base in inches plus 0.15. The overhang forward and aft of the axles is defined as the distance from the outer most edge of the cart to the centerline of the closest wheel. The ground clearance is defined as the minimum distance from the ground to the lowest member between the two axles. The wheel base is defined as the distance between the centerlines of the axles with the axles oriented parallel to each other. Operations manuals required for pump and motor. Current requirements are for 4 large carts and 6 small carts with the possibility of 6 additional large carts. Carts will ship to: Clearwater, FL (3 LG & 1 SM), Elizabeth City, NC (1 LG), Miami, FL (2 SM), Mobile, AL (1 SM), Cape Cod, MA (1 SM), and Corpus Christi, TX (1 SM). Pricing shall be FOB destination. FAR 52.212-2 (Jan 1999) Evaluation -- Commercial Items (Jan 1999): (a) 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 capability of the item offered to meet the Government requirement and 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). (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) Offerors are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 1999). The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders (Aug 2000) FAR 52.222-26 Equal Opportunity (E.O. 11246) (Feb 1999) FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Apr 1998) FAR 52.222-36 Affirmative Action for Disabled Workers with Disabilities (29 U.S.C. 793) (Jun 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) (Jan 1999) FAR 52.225-3 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (Feb 2000) Quotes are due no later than 03/01/01 at 1:00 p.m. EST to USCG Aircraft Repair & Supply Center, Building 63, Elizabeth City, NC 27909 Attn: SKC Beth Bunn. ****
Record
Loren Data Corp. 20010205/79SOL002.HTM (W-032 SN50C4O9)

79 - Cleaning Equipment and Supplies Index  |  Issue Index |
Created on February 1, 1988 by Loren Data Corp. -- info@ld.com