SOLICITATION NOTICE
81 -- Secondary Containment System
- Notice Date
- 4/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
- ZIP Code
- 43235-2788
- Solicitation Number
- W91364-16-T-0002
- Archive Date
- 5/7/2016
- Point of Contact
- Randy Reis, Phone: 614-336-7001, Mark H. Miesse, Phone: 6143367175
- E-Mail Address
-
randy.d.reis.mil@mail.mil, mark.h.miesse.civ@mail.mil
(randy.d.reis.mil@mail.mil, mark.h.miesse.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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) Solicitation W91364-16-T-0002 is issued as a Request for Quote (RFQ). (III) This requirement is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (IV) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 332420 and the small business size standard is 500 Employees. The following commercial items are requested in this solicitation: (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: 1 EA: General: One secondary containment system is required for the full time operation of a 2,500 gallon Heavy Expanded Mobility Tactical Truck (HEMTT) Mobile Fuel Tanker (MFT) at the Rickenbacker Army Enclave located in Columbus, Ohio. The secondary containment system must be a solidly constructed, surface-mounted drive-in containment system. Drive-on secondary containment systems, i.e. those with surface grates require removal for clean-out, are not acceptable. The system must have the following features: a. One (1) one piece steel containment sump construction with standard 90° tubular side walls b. Laminated fiberglass protective coating c. Heavy duty interior and exterior sump ramps for easy access d. Drain ports in all four sump corners e. Steel frame and panel cover anchored to the steel walls of the sump f. Must be able to drive equipment on or over with no assembly during set up and no disassembly to relocate. Secondary Containment Sump: The drive through secondary containment system must be a sump constructed with steel plate and have rugged 90° tubular side walls. The sump must be at least 12'W x 40'L x 10"H to accommodate a 2500 HEMTT MFT. The sump must have a capacity of 2900 gallons. The sump must have lifting lugs installed so the system can be moved if necessary. The sump must have sealable drain ports in all four corners of the sump. The sump will be installed on a compacted gravel surface. Anchoring systems are not required. Finishes: The sump will be finished with a protective coating of 62 mil fiberglass lamination bonded to the structural steel core. The surface of the fiberglass lamination must be a non-slip surface. Ramps: One heavy duty steel ramp is required. The ramp must have a steel honeycomb substructure for long term performance. The interior half of the ramp must be integral to the sump. The exterior half of the ramp must bolt onto the sump end wall. The ramp must come equipped with retainers for line-of-sight poles which assists the driver entering and exiting the system with visual points of reference. The line-of-sight poles must be included as part of the package. Installation: The Contractor must deliver and install the entire system (secondary containment sump with steel building attached). The one piece sump will be delivered via wide load flatbed and lifted into position by crane using heavy duty lifting lugs built into the walls of the sump. Use of Ohio Army National Guard (OHARNG) equipment and personnel to install the system are not authorized. Delivery Location: 8174 South Access Rd. Building 920, Columbus, Ohio 43217 (Rickenbacker Air Force Base) Please include any additional overage charges, delivery-pickup charges, delivery fee in your quote. (VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VII) Quotes will be technically evaluated for conformance with the requirements of paragraph (V). Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable quote without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (X) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.212-2, Evaluation-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-36, Equal Opportunity for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-1, Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain internal Confidentiality Agreements-Representation (DEVIATION) Representation (DEVIATION 2015-O0010) 252.204-7011, Alternative Line Item Structure 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 252.225-7048, Export-Controlled Items 252.230-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XI) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below no later than, 12:00 P.M. EST, 19 April 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). Email questions no later than 12:00 P.M. EST, 19 April 2016. All responsible sources may submit a response which, if timely received, must be considered by the agency. Emailed quotes will be accepted and is the preferred method no later than 12:00 P.M. EST, 22 April 2016, at randy.d.reis.mil@mail.mil and/or mark.h.miesse.civ@mail.mil. Point of Contact for this solicitation is Randy Reis; randy.d.reis.mil@mail.mil, 614-336-7001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-16-T-0002/listing.html)
- Place of Performance
- Address: See Delivery Location under (V) Schedule of Supplies/Services., Columbus, Ohio, 43217, United States
- Zip Code: 43217
- Zip Code: 43217
- Record
- SN04070288-W 20160403/160401234331-7b66df3b730821c1282608e9d5a385f9 (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 |