Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2015 FBO #5044
SOLICITATION NOTICE

28 -- Diesel Fuel Tank - Brand Name Justification

Notice Date
9/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, CRTC-ALPENA/LGC OFFICE, MICHIGAN AIR NATIONAL GUARD, 5884 A STREET, ALPENA, Michigan, 49707-8125
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-15-T-8016
 
Archive Date
10/8/2015
 
Point of Contact
Jonathan D. Bodus, Phone: 2699693363
 
E-Mail Address
jonathan.d.bodus.mil@mail.mil
(jonathan.d.bodus.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Letter Description: (i) 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. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number W912B-15-T-8016 for a commercial items acquisition for the delivery of a replacement fuel tank for an 850 gallon Cummins Bridgeway dual-wall diesel fuel tank to the ANG base in Battle Creek, MI. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-083 effective 3 Aug 2015. (iv) The North American Industrial Classification System (NAICS) Number is : 335312 - Motor and Generator Manufacturing, Small Business Size Standard 1000 Employees. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): To be considered RESPONSIVE, offeror's must address all CLINs utilizing W912JB-15-T-8016 Proposal Bid Schedule. (vi) Description of requirements for the items to be acquired. CLIN 0001: 1 unit : 850 gallon Cummins Bridgeway dual-wall diesel fuel tank for 500kw fixed back-up generator. CLIN 0002: Installation of fuel tank and replacement of fuel lines to meet Michigan code, fuel spill box, alarms, battery charger and batteries, and installation of seismic isolators. NOTE 01: All work shall conform to the following requirements: Replace existing diesel fuel tank on Model 500DFED, Serial #K970656881, Spec92158C generator with new 850 gallon, UL 142, Michigan DEQ, dual-wall integral tank. Provide fill spill box, required alarms & annunciators, replace fuel lines with fire-rated lines, replace battery charger and batteries, install seismic isolators and skirting. All parts and materials must meet or exceed manufacturer's original specifications and meet all code requirements. Provide all labor, travel, freight, crane and rigging required to complete above work. Verify existing genset enclosure dimensions in the field prior to ordering tank. Validate new tank sizing will support 24 hour generator run time prior to ordering tank. NOTE 02: The fuel tank shall be delivered to the following address: 110 th ATKW/CES 3545 Mustang Ave Battle Creek, MI 49037 Note 03: This is a brand name ONLY request, see attached justification for details. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. (vii) Reservation dates are established in each contract line item, and shall not be altered or adjusted after contract award without approval from the Contracting Officer. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items-(JUN 2008). Clause is amended as follows: •- Offerors shall email their proposals to the following address: jonathan.d.bodus.mil@mail.mil •- Proposals are due to the Contracting Officer NLT: 23 Sep 2015, 14:00 pm EST. (x) Provision at 52.212-2, Evaluation-Commercial Items is amended to read: The 110 th Attack Wing is procuring this as a "Best Value" procurement in accordance with the following factors: •- Technical Capability •- Price •- Past Performance When factors are weighted, technical capability and past performance, when combined, are equal to price. (xi) Contract financing arrangements will not apply. The following additional clauses will apply: FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.216-27 Single or Multiple Awards; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. •(i) TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912JB-15-T-8016 are to be submitted via email to jonathan.d.bodus.mil@mail.mil All answered questions will be addressed in the form of a solicitation amendment and will need to be acknowledged in the Vender quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-15-T-8016/listing.html)
 
Place of Performance
Address: 110th ATKW/CES, 3534 Mustang Ave., Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN03883878-W 20150915/150913233549-ff54a721fe0176e5fca53dae4a802483 (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.