Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2013 FBO #4309
MODIFICATION

54 -- Above Ground Fuel Tank

Notice Date
9/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
115 FW/MSC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-13-Q-1005
 
Response Due
9/18/2013
 
Archive Date
11/8/2013
 
Point of Contact
Ryan Johnson, 6082454524
 
E-Mail Address
115 FW/MSC
(ryan.johnson.32@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 and is issued as a Request for Quotation (RFQ). A written solicitation will not be issued. The Request for Quotation number for this requirement is W912J2-13-Q-1005. The 115th Fighter Wing is soliciting quotes for 1 ea, 1500 gallon above ground fuel tank to be delivered to the Wisconsin Air National Guard, Truax Field, 3110 Mitchell Street, Madison, WI 53704. See below for specific specifications. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price offer meeting all requirements listed and considered technically acceptable by the end user. The Government intends to select one contractor for award; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds. This requirement is a 100% Small Business set-aside acquisition. The NAICS code is 332420 and the size standard is 500 employees. The contractor shall provide the following item: Contract line item numbers and quantities: 0001: Quantity, 1 Ea. 1500 gallon above ground fuel tank (tank used for JP8 Fuel). Must meet the following physical and/or functional characteristics: 1. 1500 Gallon Tank Mounted on Saddles 2. 2ea 4 quote mark 8 Oz Emergency Vent Male w/ O-ring 3. 2 quote mark Stack Vent(12' above grade) 4. Clock Gauge with high level alarm 5. High level Shut-off valve 6. Monitoring Well w/ 2 quote mark Cap 7. Leak Gauge 8. Tie Down for High Winds 9. 1-1/4 quote mark Reel Complete w/ 25' 1-1/4 quote mark hose, nozzle, swivel and breakaway 10. Tank Decal Kit 11. 3/4 Hp AG Pump Assy w/ Anti-syphon Valve and Ball Valve 12. Step Ladder w/ platform 13. 18 quote mark entry way for easy inner tank accessibility 14. UL Listed Lockable Dispensing Box Mounted on Tank, Cross Broken for Easy Drainage, 2 quote mark Vent 15. Total Control SPA Meter and Register w/ 10:1 Pulser 16. ROM Door (Roll Up) 3'x6' with lights 17. Single point receptacle adapter flange connection 18. All equipment and wiring will meet or exceed applicable standards and codes such as AFOSH, NEC, etc. 19. Color -White 20. All equipment, including labor, will be warranted for one year, to include but not limited to manufacturer warranty of items. Shipping: All items shall be delivered FOB Destination to the Wisconsin Air National Guard, 115th FW, 3110 Mitchell Street, Madison, WI 53704. The following provisions are applicable to this requirement: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008) applies to this acquisition. The following addenda are provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE number, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items (May 2011). offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the above website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010). The following addenda are provided to this provision: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoice. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2011). The following FAR clauses cited within this clause are applicable to the acquisition: 52.219-27, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332), 52.233-3 Protest After Award, FAR 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011). The following clauses and provisions within this clause are applicable: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea. DFARS 252.204-7004 Required Central Contractor Registration; **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. See website for registration http://www.sam.gov. For information regarding this RFQ, contact MSgt Ryan Johnson via email at ryan.johnson.32@ang.af.mil. All quotes resulting from this RFQ must be received by email to ryan.johnson.32@ang.af.mil NLT 3:00 P.M. CST on Wednesday, 18 September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-13-Q-1005/listing.html)
 
Place of Performance
Address: 115 FW/MSC Wisconsin Air National Guard, 3110 Mitchell Street Madison WI
Zip Code: 53704-2591
 
Record
SN03179610-W 20130911/130909235044-e1a86e8eb9fe04099a31590f8ed404b3 (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.