SOLICITATION NOTICE
39 -- Compaction Container
- Notice Date
- 9/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423840
— Industrial Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S208T0040
- Response Due
- 9/28/2008
- Archive Date
- 11/27/2008
- Point of Contact
- Justin Schaeffer, 315-772-6518<br />
- 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. The solicitation number is W911S208T0040 and is issued as a request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 423840 with a small business size standard of 100 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The solicitation pricing will start on the date this solicitation is posted and will end on 2008-09-28 23:00:00. Eastern Time. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: CLIN 001, COMPACTION CONTAINER: BRAND NAME OR EQUAL TO: Wastequip Accurate. The Solid Waste Container System shall be 20' O.A.L, 8'4 H, 35 cu yd Extra Heavy Duty, Octagon, standard production unit. The closed top container shall be used for compactors w/ a compation force rating of 90,000 lbs maximum. 1/2 inch crash plates, lube fittings on rollers, tarp. Extra heavy duty wheel assembly for rear wheels, 1/2 inch X 8 inch X 9 inch end plates w/ 1-7/8 inch hole, 1/2 inch thick donut. 8 in X 10 inch L X 1/2 inch HD Pipe, 2-1/2 inch axle W/1-3/4 inch shaft, 13 in L. Grease fittings for Front wheels crash plate 1/2 inch X 24 inch X 48 inch formed plate. Tarp - 52 inch X 72 inch, 18oz vinyl coat nylon w/2 rubber straps. FLOOR shall be a min of 7 guage plate, 3 pieces and shall have a 3' structural channel on 12 inch spacing from door end of loor to center of floor and from center to bulkead end spaced at 20 inch. ROOF shall be 12-guage plate welded both inside and outside. DOOR shall have horizontal and vertical 3 inch x4 inch x12 inch guage structural tubes, all tubes will be prime material, one piece no splits or joints. All areas of stress are reinforced and doubled welded (only vertical lift cam lock will be accepted). BULKHEAD 8 guage with two vvertical structural supports. PAINT container is to be scraped and ground and free of sharp edges. ALL PRODUCTS OFFERED AS EQUAL MUST INCLUDE MANUFACTURER AND MODEL NUMBER FOR VERIFICATION OF EQUAL CAPABILITIES. - 4 EA. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Each Offeror must provide any required responses (e.g. technical proposal, representations and certifications, quote, etc) directly to justin.schaeffer@us.army.mil, so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference;FAR 52.204-8, Annual Representation and Certification;FAR 52.212-1, Instructions to Offerors;FAR 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal (applicable to Line Item 002 only); DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-8, Utilization of Small Business Concerns;52.219-14, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Special Disabled Veterans;52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests;252.232-7010, Levies on Contract Payments; 252.243-7002, Transportation of Supplies by Sea, 252.232-7003 with ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Delivery shall be made within 30 calendar days or less after receipt of order (ARO) or as otherwise specified. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The contractor or seller must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. Place of Performance: Fort Drum, NY 13602, 13602, US Point of Contact: Name: JUSTIN SCHAEFFER, Title: Contract Specialist, Phone: 3157726518, Fax: 3157727473, Email: justin.schaeffer@conus.army.mil; Item shall be delivered 30 days from ARO to Fort Drum, NY. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f7d75914dadb4f69267260bef480548&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY<br />
- Zip Code: 13602-5220<br />
- Zip Code: 13602-5220<br />
- Record
- SN01681040-W 20080926/080924223826-6f7d75914dadb4f69267260bef480548 (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 |