Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

J -- Provide and Install Chemical Feeder Pumps (Peristaltic Injector Pumps)

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-04-T-0129
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
Point of Contact
William Bickley, Contract Specialist, Phone 202-767-8030, Fax 202-767-7897, - William Bickley, Contract Specialist, Phone 202-767-8030, Fax 202-767-7897,
 
E-Mail Address
william.bickley@bolling.af.mil, william.bickley@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. THIS IS AN UNFUNDED REQUIREMENT; AWARD WILL BE MADE ONLY IF AND WHEN FUNDING BECOMES AVAILABLE. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-04-T-0129. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24, Effective 19 Jul 2004. This is a 100% small business set-aside. The North American Industry Classification System code is 333911 (formerly SIC code 3561) at 500 employee size standard. Contract Line Item Number (CLIN) 0001,Quantity: 1, Unit: Lump Sum; PROVIDE & INSTALL CHEMICAL FEEDER PUMPS: Non-Personal Services - Contractor shall provide all labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to provide and complete full installation of all 110V60Hz electric chemical feeder pumps and five-gallon enzyme digester drum at the locations listed below. The contractor shall install chemical feeder pumps in accordance with equipment?s manufacturer?s recommendations, and commercial practices. The contractor?s installation of equipment procedures shall include safe start-up, control, operation, and shutdown. The contractor shall ensure, that the system produces the appropriate amount of enzyme waste digester to maintain all floor return lines (in designated areas) free from grease build up. CLIN Detail: Provide and install a total of eleven (11) Chemical Feeder Pumps and eleven (11) associated Enzyme Waste Digester Drums for the following locations: BLDG 4514, BOARDWALK FRIES, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 4570, COMMISSARY, three (3) Chemical Feeder Pumps and three (3) Enzyme Waste Digester Drums; BLDG 4500, BURGER KING, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 1310, BOWLING ALLEY, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 1301, DINNING HALL, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 4456, CDC 1, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 4455, CDC 2, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 2482, SLIP INN, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum; BLDG 1307, EDWARD WHITE COMMUNITY CENTER, one (1) Chemical Feeder Pump and one (1) Enzyme Waste Digester Drum. Contractor is responsible for verifying all quantities/measurements and is highly encouraged to attend the scheduled site visit. Interested vendors will meet at the Bolling AFB Visitor?s Center, South Gate, Bolling AFB at 1:00pm, on Wednesday, 8 Sep 2004. For access to the base, to attend the site visit, please submit full name and social security number of all attendees to William T. Bickley, FAX 202-767-7896, no later than 4:00pm, Tuesday, 7 Sep 2004. Attendees should arrive at least one hour early, 12:00 noon, to process paperwork for entry pass. Attendees will be required to show a valid driver?s license, vehicle registration and evidence of current vehicle insurance. Attendees will be urged and expected to inspect the worksite and satisfy themselves regarding all conditions that may affect the cost of contract performance, to the extent that this information is reasonably obtainable. A paper copy of the full Statement of Work will be provided at the site visit. Information provided at the site visit shall not qualify the terms and conditions of the solicitation and or specifications. Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, the acknowledgment and receipt of amendments shall be included with the offer. 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. The following FAR PROVISIONS and CLAUSES are applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certification-Commercial Items; 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); 52.219-6 Notice of Total Small Business Set-Aside; 52.222-41 Service Contract Act Of 1965 As Amended; 52.225-1 Buy American Act-Supplies; 52.232-18 Availability of Funds; 52.237-1 Site Visit; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 Electronic Submission of Payment Requests; 5352.242-9000 Contractor Access to Air Force Installations. 52.212-2 Evaluation-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. An official authorized to bind your company shall sign the offer. Closing/offers due date for this solicitation is 1200, Noon, 14 Sep 2004. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at ccr@dlis.dla.mil. More information on CCR registration can be seen at http://www.ccr.gov/. The Federal Acquisition Regulation, FAR, provisions and clauses can be viewed and downloaded from the following web sites: http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to William T. Bickley, Contract Specialist, Fax: 202-767-7896; E-mail to: William.Bickley@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00665348-W 20040905/040903212141 (fbodaily.com)
 
Source
FedBizOpps.gov 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.