COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 28, 2001 PSA #2946
SOLICITATIONS
Z -- INSTALLATION OF FUEL DISPENSERS
- Notice Date
- September 26, 2001
- Contracting Office
- US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DATM07-01-T-0015
- Response Due
- October 9, 2001
- Point of Contact
- Pamela E. Nevels, 928-328-6154, FAX 928-328-6849
- E-Mail Address
- US Army Robert Morris Acquisition Center, Yuma Contracting (pamela.nevels@yuma.army.mil)
- 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. Quotes are bei ng requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures (SAP). The United States Army Yuma Proving Ground (USAYPG) has a requirement for the installation of a Tokheim Model H 422C-R-IV-G9H2K2-1A10B14B16A2B3J4B5E6S7B8A9A Fuel Dispenser. The contractor shall furnish all labor, material and equipment necessary to Remove two existing dispensers, install a Government provided Tokheim dispenser, Mount new dispenser and cover second dispenser opening, provide all associated overhead conduit, phone and control wiring. Wire and perform startup of new dispenser in accordance with the manufacturer instructions, perform all necessary inspections required by environmental procedures. This installation will use the existing island and equipment on site. The new dispenser must be reconnected to the existing underground piping and electrical connections as required and shall be in compliance with all Safety and EPA regulations. Although thi s requirement is for installation of one dispenser it includes the installation of additional electrical conduit for power, communications for two dispensers for future installation. The contractor shall provide two additional options for completion of th e above task. Option one (1) is to provide and install one (1) additional Tokheim dispenser and all associated wiring for overhead conduit, phone and control wiring using existing island and equipment in place. Option two (2) is essentially for a complet e new installation to include removal of two existing dispensers, demolish existing island, install new drip pans, new island and all associated wiring associated with the complete installation of one new Government provided Tokheim dispenser and provide a nd install one additional new Tokheim dispenser with all associated wiring for overhead conduit, phone and control wiring using new island and equipment in place. The new equipment must be form, fit, function and compatible with all existing underground p iping and electrical connections. All work shall be performed in accordance with all manufacturer instructions and requirements to insure applicability of the standard manufacturer warranty. The contractor must propose an estimate time for completion of t he project that will facilitate proper installation but will minimize the shutdown of fueling activities at USAYPG. A complete packing slip of items for installation will be located on the contracting web site at www.yuma.army.mil/contracting under DATM07 -01-T-0015. A mandatory site visit will be held at 8:00 A.M. MST on Wednesday October 03, 2001 at BLDG 2100. Offerors interested in attending the site visit must submit the name, social security number, date of birth, national origin, vehicle registratio n of all attendees to pamela.nevels@yuma.army.mil or facsimile (928) or (520) 328-6849 by Monday October 01, 2001 at 5:00 P.M. MST. Proper identification and vehicle registration must be provided on-site for access to the installation. The solicitation d ocument and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27(25Jun 01) and Defense Federal Acquisition Regulation Supplement (DFARs) 1998 edition, and current to DCN20001213. It is anticipated that p ayment will be made by Government Visa Credit Card. The North American Industry Classification System (NAICS) is 23491 with a size standard of $27.5 million. Quotes shall be clearly marked with the solicitation number DATM07-01-T-0015 and emailed to pamel a.nevels@yuma.army.mil or via facsimile (928)or(520)328-6849 no later than 3:00 P.M Mountain Standard Time(MST) 09 October 2001. Offerors who fail to furnish th e required representations or information as required by 52. 212-1, cited below, or rejects the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose quote conforms to the solicitation and will be the most advantageous to the Government based on acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1,Instructions t o Offerors Commercial Items (Oct 2000), FAR 52. 212-4, Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items(AUG 2000), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies(Feb 2001), 52.222-21 Pro hibition of Segregated Facilities(Feb 1999), 52.222-26 Equal Opportunity(Feb 1999), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998), 52. 222-6, Affirmative Action for Workers with Disabilities (June 1998), 52. 222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration(May 1999), 52-232-34, Payment by Electronic Funds Transfer other than Central Contra ctor Registration(May 1999), 52.232-36, Payment by Third Party (May 1999). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2000), 252.225-7001 , Buy American Act and Balance of Payments Program(Mar 1998), 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act -- Balance of Payments (Mar 1998), 252.243-7001, Price of Contract Modifications(Dec 1991) and 252.243-7002, R equests for Equitable Adjustments(Mar 1998) also apply to this solicitation. The Representations and Certifications required for this solicitation must be completed and submitted with your solicitation bid. Note: In order to complete the Representation a nd Certifications 52.212-3 (May 2001) Alternate III (Oct 2000),Offeror Representations and Certifications Commercial Items and DFARs 252.212-7000, Offerors Representation and Certifications Commercial Items(Nov 1995) you must go the Air Force Web Site at h ttp://farsite.mhill.af.mil/VFFAR1.HTM, an alternate web site is www.arnet.gov/far/ use Current FAR in HTML or PDF format. Locate the referenced clauses, copy and paste it to a Word document and complete. After reviewing the solicitation if you plan on p articipating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. See Note 1.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010928/ZSOL011.HTM (D-269 SN50Y8S5)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on September 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|