SOLICITATION NOTICE
35 -- Four 500 Gallon UL-142/STI F921 FUEL TANKS ON FORKLIFTABLE SKID
- Notice Date
- 11/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-T-09-1005
- Response Due
- 11/18/2008
- Archive Date
- 1/17/2009
- Point of Contact
- Christine Hickey, 928-328-6432<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. Request for Quotes (RFQ)is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (Fac) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080513 Edition. This solicitation is being issued as a Request for Quotation (RFQ) resulting in a Firm-Fixed Price contract. It is anticipated that payment will be made by Government Visa Payment Card. Offerer shall account for any costs associated with accepting Visa payment. This commercial acquisition is being solicited as Restricted to Small Businesses. The North American Industry Classification System (NAICS) is 332420 with a size standard of 500 employees. All perspective offerers must be actively registered in the Central Contractor Registration. Offerers may register online at http://www.ccr.gov. Item: 4 Each 500 Gallon UL-142/STI F921 Fuel Tank on Forkliftable Skid. Overall Tank dimensions will be 46 Inch Diameter x 96 Inch Length with standard fittings, exterior tank coating shop prime red oxide, 2 each Morrison 244-4 emergency vent, STI provided 30 year warranty with the following accessories and installation of accessories; sandblast and coat macro poxy, 1 each OSHA type end ladder, 1 each fuel guard, 1 each aluminum fill cap, 1 each guage port, 1 each Tee vent with CLS Nipple, 1 each IFC decal package, 1 each wodden gauge sticks with laminated tank chart, and 1 each set of gauge stick holders on head of tank. The Government intends to award a contract to the responsible offerer whose offer conforming to the solicitation will be most advantageous to the Government based on best value and the Government reserves the right to award to other than low offerer. The requirement specifications, for this CSS, or any other pertinent information applicable to this solicitation are located at the U.S. Army Mission and Installation Command Contracting Center, Directorate of Contracting, Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-09-T-1005. All quotations shall include any costs to Ship to the Department of the Army, Cold Region Test Center Ground, ATTN: Kerry Gardner, Bldg. 605 North Artic Ave, Ft Greely, Alaska 99737. Delivery/Shipping is to the above address in the state of Alaska. Arizona vendors are to include the Arizona Privilege Tax. All quotations shall be clearly marked with RFQ reference number W9124R-09-T-1005 and emailed or sent to the Point of Contact below no later than 18 November 2008 at 12:00 PM Pacific Standard Time. In addition, all technical questions concerning this requirement must be emailed to the POC below no later than 12 November 2008 at 9:00 AM Pacific Standard Time. Please call 928-328-6432 for more information on any technical questions that may arise. Offerers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerers Commercial Items (June 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (June 2008) with Alternate I (Apr 2002). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. If the offerer has completed the annual representation and certification electronically at the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov/ then the offerer shall only be required to submit a signed copy of section (l)(2) of FAR clause 52.212-3. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerers Commercial Items (June 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (June 2008) Alternate I (Apr 2002); FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (June 2008) apply to this acquisition. Specific applicable clauses cited within FAR 52.212-5 are as follow: 52.219-6, Notice of Total Small Business Aside (June 2003) FAR 52.219-28 Post-Award Small Business Program Representation (Jun 2007); 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008); 52.222-21 -Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-50 -Combating Trafficking in Persons (Aug 2007); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36 Payment by Third Party (May 1999). DFARS Clauses: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), specifically 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Mar 2007); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.211-7003 Item Identification and Valuation (Jun 2005). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849 for notification of amendments. The POC for this acquisition is Christine M. Hickey, Contract Specialist, 928-328-6432, christine.hickey@us.army.mil and Janet S. Gonzales, Contracting Officer, 928-328-6847, janet.gonzales@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6cabbfc9a078e775ed6dfbb1fbcb3c2&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
- Zip Code: 85365-9106<br />
- Zip Code: 85365-9106<br />
- Record
- SN01700315-W 20081106/081104214656-f6cabbfc9a078e775ed6dfbb1fbcb3c2 (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 |