Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2008 FBO #2438
SOLICITATION NOTICE

44 -- Heat Treating Systems for Wooden Packaging MaterialsContract Specialist is Mr. Gene Moran, 859-779-6869, gene.j.moran@us.army.mil

Notice Date
7/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Blue Grass Army Depot Procurement Office, Blue Grass Army Depot, ATTN: SMABG-IOO-P, Building S-14, 2091 Kingston Highway, Richmond, KY 40475-5115
 
ZIP Code
40475-5115
 
Solicitation Number
W22G1F-08-R-0011
 
Response Due
8/13/2008
 
Archive Date
10/12/2008
 
Point of Contact
Teri Jones, 859-779-6867
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition on Regulation (FAR) Part 12 Acquisition of Commercial Items, Part 13 Simplified Acquisition Procedures, and Subpart 13.5 Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation # W22G1F-08-R-0011 is issued as a request for quotation (RFQ) and this is a notice that Blue Grass Army Depot, Richmond Ky 40475 intends to award a firm fixed price contract for the purchase of three wood treatment systems capable of heat treating wood so it is in compliance with ISPM-15 for wood packaging as follows: wood packaging material should be heated in a schedule that achieves a minimum core temperature of 56 C or 133 F degrees for 30 minutes. The system must meet the following minimum specifications: 1. Kiln Specifications a. Method of Loading will be by forklift. b. Number of chambers (1) c. Type of Construction Heavy gauge aluminum and/or stainless steel. d. Must have a control room 2. Holding capacity and loading information a. Pallet sizes approx 40x 48 b. Minimum capacity 300 pallets per load. 3. Heating system fuel source is natural gas. 4. The Government will furnish a concrete pad capable of supporting the system, all necessary utilities including natural gas, water, sewer, and electric power up to 480v, 3 Ph 60 cycle. 5. Quote must include shipping 2 units to the Blue Grass Army Depot, Richmond KY 40475 and 1 unit to the Anniston Army Depot, Anniston AL 43201. Quote also includes installation at the Blue Grass Army Depot. Include a separate price for the installation at the Anniston Army Depot. All quotes must include the following information: DUNS Number, Fed Tax I.D. Number, Cage Code, Phone Number, Fax Number, Point of Contact, E-mail Address The solicitation document and incorporated provisions and clauses are those in effect through Feeder al Acquisition Circular (FAC) 2005-26 (12 June 2008). Government IMPAC (Visa) Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. Offeror shall account for any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 423830 with a size standard of 100 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2007) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov. You must provide technical information and/or descriptive literature about the product you propose so that a technical determination can be made during the review process. Quotes shall be clearly marked W22G1F-08-R-0011 Wood Treatment System and emailed to the POC listed below or via f facsimile (859) 779-6860 no later than 13 August 2008 12:00 PM Noon Eastern Standard Time (EST). Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the responsible offeror whose quote conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price and the Government reserves the right to award to other than the lowest offeror. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2007), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Nov 2007), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Dec 2007). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-6 Notice of Small Business Set-Aside (Jun 2003), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.22 2-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Aug 2007), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products (Aug 2000), FAR 52.225-1 Buy American Act Supplies (June 2003), 52.225-13 Restrictions On Certain Foreign Purchases. (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52-232-34, Payment by Electronic Funds Transfer other than Central Contractor Registration (May 1999), 52.232-36, Payment by Third Party (May 1999). DFAR 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). After reviewing the solicitation if you plan on participating 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. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 15 days instead of 45 days.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e3c70cadd1dca7b05519acd4b52a603&tab=core&_cview=1)
 
Place of Performance
Address: Blue Grass Army Depot ATTN: SJMBG-SS-C, Building S-14, 431 Battlefield Memorial Hwy Richmond KY
Zip Code: 40475-5115
 
Record
SN01624874-W 20080730/080728223424-5e3c70cadd1dca7b05519acd4b52a603 (fbodaily.com)
 
Source
FedBizOpps 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.