Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
SOLICITATION NOTICE

54 -- CO2 Storage Unit

Notice Date
7/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-13-T-0131
 
Response Due
7/11/2013
 
Archive Date
9/1/2013
 
Point of Contact
Curtis Arthur II, 928-328-2978
 
E-Mail Address
MICC Center - Yuma Proving Ground
(curtis.arthur@us.army.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 is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name Only. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68, Effective 26 June 2013 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20130626 (Effective 26 June 2013) Edition. This contract will be awarded as a Firm Fixed Price (FFP) award. Payment will be made through Wide Area Work Flow (WAWF). This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332420 with a size standard of 500 employees. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. Award will be made on a Lowest Price/Technically Acceptable (LPTA) basis. The manufacturer of the Brand Name or Equal item that is being solicited is TOMCO2 Equipment Company, 3340 Rosebud Rd., Loganville, GA 30052-7328 USA. Offerors proposing to furnish other than the brand name item that is being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the salient characteristics of the brand name items being solicited. The salient characteristics will be attached with this CSS. The CSS and salient characteristics will also be located at the U.S. Army Mission and Installation Contracting Command -Yuma website at: http://www.yuma.army.mil/site_contracting.asp. The quotation shall consist of the following Contract Line Item Number (CLIN): CLIN 0001, Quantity: 1, Unit of Issue: Each, Description: 14-Ton Skid Mounted Horizontal CO2 Storage Unit, Model Number: 1475CA. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Delivery shall be made to United States Army Yuma Proving Ground (USAYPG), AZ 85365-9498 with FOB Destination. All quotes are due by 11 July 2013 12:00 PM MST. All inquiries shall be clearly marked with solicitation W9124R-13-T-0131 and sent by email or by facsimile to 928-328-6849. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed items. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (5) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Dec 2012) with Alternate I (Apr 2011) FAR Clauses Incorporated by Reference: 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) 52.247-34, FOB Destination (Nov 1991) FAR Clauses Incorporated by Full Text: 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Jan 2013) 52.252-2, Clauses Incorporated By Reference (Feb 1998) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.222-50, Combat Trafficking in Persons (Feb 2009) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 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 (Oct 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) DFARS Provisions: 252.225-7000, Buy American Act-- Balance of Payments Program Certificate (Jun 2012) 252.204-7011, Alternative Line Item Structure (Sep 2011) DFARS Clauses: 252.211-7003, Item Identification and Validation (Jun 2013) 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.223-7008, Prohibition of Hexavalent Chromium (June 2013) 252.225-7001, Buy American Act - Balance of Payments Program (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (June 2013) MICC Local clauses Incorporated by Full Text: 5152.233-4000, HQ AMC Level Protest Program (Sep 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99ca883e451b9aef10c3f24e592611f1)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN03106850-W 20130705/130703234825-99ca883e451b9aef10c3f24e592611f1 (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.