SOLICITATION NOTICE
43 -- CYLINDER RECHARGING SYSTEM
- Notice Date
- 9/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-04-T-0835
- Response Due
- 9/27/2004
- Archive Date
- 11/26/2004
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-04-T-035. This solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 333912 and the Business Size Standard is 500. The contractor shall provide the following: Clin 0001 Qt y 6 SCBA Cylinder Recharging Station. The system is used for recharging high or low pressure Self Contained Breathing Apparatus (SCBA) or Self-Contained Underwater Breathing Apparatus CUBA) cylinders. The system contains multiple stage high-pressure com pressor, air purification system,air storage system, cascade fill panel and containment fill station. Note Clin 2-4 equipment shall be installed/intefrated to this system befor shipment. Clin 0002 Qty 6 Electronic Carbon Monoxide Monitorr Complete wit h Calibration Kit Wired for Alarm and Shutdown. Calibration Gas Included. Clin 0003 Qty 12 ASME 5000 PSI Cylinder with Relief Valve and Mounting Clamps. Storage system are 5000 PSI DOT cylinders and have a safety factor of 4 to 1. Clin 0004 Qty 6 Pa nel Mount Remote Fill Hose Connection includes Bulkhead Fitting, Adjustable Regulator for up to 6000 PSI Service, Gauge, Isolation Valve, and Quick Connect /Disconnect Fitting. Acceptance shall be at Destination. Shipping shall be FOB Destination. De livery shall be to 6 U.S. Army Bases in the United States. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.21 2-4 Contract Terms and ConditionsCommerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination, The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--C ommercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. Past performance will be evaluated based on information provided by the offeror as to actual sales of the p roposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, and support. The government will award a contract to the offeror whose offer conforms to this solicit ation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representation s and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, No tice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorit ies and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payme nt by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following addi tional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference fo Domestic Hand or Measurin g Tools , 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/ dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax September 27, 2004 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, M D 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concern ing this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)306-3717, or via email brenda.j.fletcher@us.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00679587-W 20040924/040922212311 (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 |