SOLICITATION NOTICE
45 -- REFUSE CONTAINERS
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- M0014611T2328
- Response Due
- 6/7/2011
- Archive Date
- 7/7/2011
- Point of Contact
- VELMA KELLY 2524663417
- Small Business Set-Aside
- Total Small Business
- Description
- The Facilities Development Department, Marine Corps Air Station, Cherry Point, NC has a requirement for refuse containers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number M00146-11-T-2328 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This acquisition is 100% set-aside for small business. The North American Industry Classification System code 332439, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following aircraft support equipment: Item 0001 “ 2 each, 40 cu yd open top roll off containers with dino understructure, ¼ floor, stops shipped loose, prime and painted one color standard enamel (dark brown). Inside shall be primed only. Containers to be shipped fully assembled and ship 2 containers per truck load. Cross member spacing shall be 3 channel on 12 centers. Verticals shall be on 2 foot centers. As a minimum the long rails shall be 2 x 6 . As a minimum the wall shall be 12 gages. Item 0002 “ 16 each, 8 cu yd front load refuse containers, with plastic lids, paint one color standard enamel, inside coating and freight included in the price. As a minimum the walls shall be 12 gages, the floor shall be 10 gage and the sleeves shall be 7 gage. Item 0003 “ 2 each, 10 yd refuse hoppers for sanitizing international-flight waste ten (10) cubic yard roll-off container type D with 42 high sides and 11 long, built to standard industry spec, plus ¼ floor, œDino understructure, hip roof (24 vertical height) with two (2) 24 x24 sealed, lockable (lock not included) access doors located one approximately centered, on each side of hip roof. One (1) 1 NPT pipe fitting shall be located within 6 of each access door and approximately 65 from ground level. One fitting shall be equipped with female hose connection for water fill; the other shall have a reducer to ½ female NPT for insertion of thermocouple recording device. Both shall be supplied with plugs for sealing when not in use. One (1) 1 NPT female pipe fitting located below water line for attachment of the thermometer (not supplied). Sub floor, constructed partially of expanded metal (1/2 x 1-1/2 ) providing approximately 33% open space shall be located up from container bottom 10 to 12 and welded to sides and properly supported to prevent distortion from refuse weight. Front bottom comer on driver ™s side shall be recessed to provide protection for (installed) steam heat tubes. 2 Drain, reduced to one-inch ball valve, shall be located on rear side as close to bottom as possible. Sealed tailgate with sliding hinges and ratchet latch, solid welded sides to floor and top, inside and out. Center binder on tailgate unit shall be capable of water-tight sealing by use of high temperature standard safety orange per your standard waterborne paint. Bothe sides stenciled in black, 6 high lettering œinternational flight waste . Item 0004 “ 2 each, 20 yd roll off container. SPEC: Dempster Understructure, wear pints greaseable (zerks fittings), 6x2 longsills, 3 structural channel crossmembers on 16 center 10 gauge, 10 gauge, outside lower cap 3 inch channel inverted, Rear door post 3x6 tubing, Vertical side post 3x4 “ 8 gauge 32 center, front post 3x2x3/16, top cap 3x2x3/16, door hinges- 2 heavy duty, door latch cam type, tarp anchors “ recessed between each side post. Item 0005 “ 4 each, 30 cu yd roll-off container. SPEC: Dempster Understructure Style, Cross member 3 structural channel on 16 center, Outside lower cap 3 structural channel (inverted), wear points greaseable (zerks fitting), floor 10 gauge, sides, front, door 10 gauge, rear door 1 pc. Hinged street side, w/safety chain, rear door post 7 gauge H.R., vertical side post fabricated 10 gauge H.R. 3x4 on 32 centers, Top cap 10 gauge H.R. #x4 structural tubing, door hinges 3 heavy duty, Door Lock Cam type, Tarp anchors recessed between each side post, plus (4 ) ea front rear. Item 0006 “ 2 each, 14 yrd container, SPEC: Dempster Understructure Wear pints Greaseable (zerks fittings) 6x2 x Longsills 3 structural channel crossmembers on 16 center 10 gauge 10 gauge Outside lower cap 3 inch channel inverted rear door post, 3x6 x tubing Vertical side post 3 x 4 “ 8 gauge 32 inch center Front Post. # x 2 x 3/16 Top Cap. # x 2 x 3/16 door hinges. 2 heavy duty door latch, cam type Tarp Anchors, recessed between each side post, dimensions 15L 96W 49H. Item 0007 “ 1 each, Wrench, compressor, NSN 5120-00-837-9180, P/Ns CPWA30331 and PWC30331 manufactured by Pratt and Whitney Canada, Inc., cage code 00198 and Kell-Strom Tool International, Inc. NOTE: 8 cu yd containers cannot be shipped inside the 40 cu yd containers. Delivery is required within six (6) weeks after receipt of order or sooner. Containers are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. Offeror ™s will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. DFAR 252.211-7003 Item Identification and Valuation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10. Reporting Executive Compensation and First Tier Subcontractor Award, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Alt 1, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests, (i) 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:00 p.m., Eastern Standard Time, 7 June 2011. Point of Contact: Velma Kelly, Contract Specialist, Phone 252-466-3417, Fax 252-466-3571, Email velma.kelly@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate, Contracting Department Attn: Velma Kelly code SUL3C Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611T2328/listing.html)
- Record
- SN02457711-W 20110528/110526234541-1fae1627cc2a6ae81babcac68f2b1000 (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 |