Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2005 FBO #1326
SOLICITATION NOTICE

42 -- Test/Refill fire extinguishers and air cylinders.

Notice Date
7/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-T-0721
 
Response Due
7/22/2005
 
Archive Date
8/21/2005
 
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 being requested and a written solicitation will not be issued. The solicitation number is W15QKN-05-T-0721 for this Request for Quote (RFQ) and must be referenced in all quotations sent in response to this request.This solicitation is 100% small business set-aside the NAICS code is 423990 and the small business size standard is 500 employees. The US Army TACOM- ARDEC, Picatinny Arsenal, NJ 07806-5000, is soliciting for recharging and hydrostating carbon dioxide and dry chemical (ABC or BC) fire extinguishers of various sizes . The Contract Line Item Number (CLIN) for this solicitation is CLIN 0001, Test/refill fire extinguisheers and air cylinders, Option Year 1 is CLIN 0002, Option Year 2 is CLIN 0003, Option Year 3 is CLIN 0004, and Option Year 4 is CLIN 0005. The requirements/specifications are: Description of Work:1.1 Scope: This specification covers the general requirements for recharging and hydrostating carbon dioxide and dry chemical (ABC or BC) fire extinguishers of various sizes.Location: The location of the work to be performed is the Armament Research, Development and Engineering Center (ARDEC), Picatinny Arsenal, which is located approximately five (5) miles from Dover, Morris County, New Jersey.SW-2 Working Hours: All work performed under this purchase order shall be during usual hours. For the purpose of this purchase order, usual hours are defined as Monday through Friday, 7:30 a.m. to 4:00 p.m. unusual hours are defined as Monday through Friday 4:30 p.m. to 1:00 a.m. No work will be permitted on federal holidays or on days the Installation is closed, to include the day after Thanksgiving and the week between Christmas Day and New Years Day, unless otherwise directed by the Contracting Officer. SW-3 Principal Features:Service: Service is on a per call basis to recharge and hydrostat carbon dioxide and dry chemical (ABC or BC) fire extinguishers of various sizes located at the Fire Station, ARDEC, Picatinny Arsenal, New Jersey. Parts: Parts are to be invoiced separately.Maintenance: Fire extinguishers will be picked up and returned to Building 3313, Fire Station, ARDEC, Picatinny Arsenal, New Jersey. Service calls are to be made only through phone calls from the Contracting Officer or the Alternate Contracting Officer, as specified in the Purchase Order. All extinguishers are to be tested in accordance with applicable OSHA and DOD regulations.SW-4 Responsibility of the Contractor:The above outline of principal features does not in any way limit the responsibility of the contractor to perform all work and furnish all plant labor and materials required by these specifications referred to therein. Any and all deviations from the specifications shall be proposed in writing to the Contracting Officer in advance of the actual work and subject to approval of the Contracting Officer before any such work is started The contractor is responsible for supplying all materials not specifically stated as supplied by the Government in the request for quote.The contractor is responsible for leaving the work site in a clean, debris free condition on a daily basis.SW-5 Disposition of Materials: The contractor shall be responsible for disposing of all removed materials off the Installation in accordance with the local, state and federal regulations unless otherwise directed by the contracting officer.Period of performance is one year from date of award with four (4) option years.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. Registration in the Central Contractor Registratrion database in accordance with FAR 52.204- 7 is required. As stated in FAR 52.212-2, Evaluation ??? Commercial Items, a single award will be made to the responsible offeror whose offer is determined to be the lowest price. FAR provision 52.212-1, Instructions to Offerors - Commercial Items applies. Provisions/Clauses: Respondents are required to complete and include a copy of the following FAR provision with their quotations: 52.212-3, Offeror Representation and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232- 33, Payment By Electronic Funds Transfer Central Contractor Registration apply. Additionally, DFARS provisions 252.212-7000, Offer Representations and Certifications Commercial Items; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; apply. DFARS clauses 252.204- 7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating FAR clause 52.203-3, Gratuities; apply. Full text versions of FAR and DFARS provisions and clauses can be found at http://procnet.pica.army.mil. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Quotations shall be submitted on official company letterhead and include a CAGE code, DUNS number and Taxpayer Identification Number (TIN). Quotes shall be received at the contracting office no later than 12:00 Noon EST 22 July 2005. Quotations should be submitted via E-mail to pfiorel@pica.army.mil,. The contracting office is not responsible for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect, or line failure in connection with any telephone network, computer equipment, software or any combination thereof. Award shall be made to the offer whose proposal represents the lowest price to the Government. For information regarding this solicitation, please contact Paul Fiorello at (973) 724-5883, email pfiorel@pica.army.mil. No Numbered Notes referenced.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0721)
 
Record
SN00845358-W 20050714/050712212108 (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.