SOLICITATION NOTICE
17 -- Fuel Truck Fillstand Loading Arms
- Notice Date
- 8/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- 185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
- ZIP Code
- 51110-1396
- Solicitation Number
- W912LP-11-T-0040
- Response Due
- 8/12/2011
- Archive Date
- 10/11/2011
- Point of Contact
- Vicky L. Williams, 712-233-0514
- E-Mail Address
-
185 ARW/MSC
(vicky.williams.1@ang.af.mil)
- 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. This solicitation, W912LP-11-T-0040, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 333911 the small business size standard is 500 employees. The following commercial items are requested in this solicitation: 0001 - Fuel Truck fillstand loading arms, stainless steel, non-lubricated, pantograph arms meeting the requirements of UFC 3-460-01. Arms shall swivel in 3 directions. To include A-frame support stand, truck connection nozzle, gaskets, nuts and bolts required for complete installation. Emco Wheaton Model E2313 A-Frame Bottom Loader with hard pipe or equal. An A-frame support stand is required for compatibility with existing installed equipment. Please provide brand, model number, and product specifications for products quoted. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW intends to award a single purchase order. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must complete Online Representations and Certifications at https://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions -Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Alt I, Combating Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration OR FAR 52.52.232-36, Payment by Third Party. The clauses at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically, the following clauses cited within DFARS 252.212-7001 are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program, with Alternate I; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. All quotes must be sent to SMSgt Vicky Williams at: e-mail vicky.williams.1@ang.af.mil; or mail 185ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. Quotes are required to be received no later than 3:00 PM CST, Friday, August 12, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-11-T-0040/listing.html)
- Place of Performance
- Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
- Zip Code: 51110-1396
- Zip Code: 51110-1396
- Record
- SN02524731-W 20110808/110806233214-f4bde2dfe6354f369228935152f7f5e5 (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 |