Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

23 -- 600 Gallon Jet Fuel Trailer

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Naturalization Service, U.S. Border Patrol: El Paso Flight Operations, 9C Butterfield Trail, El Paso, TX, 79906
 
ZIP Code
79906
 
Solicitation Number
EFO-3-Q-0041
 
Response Due
8/15/2003
 
Point of Contact
Cheryl Aldridge, Contracting Officer, Phone 915-782-4450 x119, Fax 915-782-4477,
 
E-Mail Address
cheryl.aldridge@dhs.gov
 
Description
The Department of Homeland Security, Bureau of Customs and Border Protection, U.S. Border Patrol Air and Marine Operations Center, El Paso, Texas is issuing 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; quotations are being requested and a written solicitation will not be issued. Solicitation EFO-3-Q-0041 is being issued as an Request for quotation and is a small business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov/. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items along with the firm's DUNS number. The North American Industry Classification System code is 421860. The small business size standard is 500 employees. A single award will be made. The requirement is for DOT approved 600 gallon fuel trailers. CLIN 0001 Base Year: AA: 1-5 each $___________ each, AB: 6-10 each $________ each, AC 11-15 each $_______ each, AD: 16-20 each $_________ each; CLIN 1001 First Option: AA: 1-5 each $___________ each, AB: 6-10 each $________ each, AC 11-15 each $_______ each, AD: 16-20 each $_________ each; CLIN 2001: AA: 1-5 each $___________ each, AB: 6-10 each $________ each, AC 11-15 each $_______ each, AD: 16-20 each $_________ each; CLIN 3001: AA: 1-5 each $___________ each, AB: 6-10 each $________ each, AC 11-15 each $_______ each, AD: 16-20 each $_________ each; and CLIN 4001: AA: 1-5 each $___________ each, AB: 6-10 each $________ each, AC 11-15 each $_______ each, AD: 16-20 each $_________ each. This is a requirements type contract and the Government's best estimate is that 20 trailers will be purchased over the life of the contract. The quantities above are for evaluation purposes only and do not indicate the quantity to be purchased in any one performance period. Delivery shall be within 45 days after the issuance of the delivery order for the first item and each subsequent trailer 30 days after the previous one. The items must be new. The fuel trailers will be used to transport and dispense jet fuel in semi improved areas. The trailer shall be approximately 5' x 12' overall; have a diamond plate deck with non-skid surface (Rhino); duel axel with 14/5" clearance; electric brakes, have fenders, 2 each safety chains, 1 fire extinguisher with a rating of at least 20BC mounted on each side of the vehicle; and a secure enclosure box over equipment in rear of trailer. The trailer will be equipped so that it can be transported by Gov't pickup truck and meet safety and licensing requirements; have a 600 gallon stainless steel cylinder type tank which meets D.O.T. standards, have a 16" lockable manhole in top; emergency shut off valves; have a D.O.T. approved vent; be baffled to prevent sloshing; have stainless steel plumbing throughout; fuel meter, 12 volt electric pump (14-20 gpm); 12 volt heavy battery with solar charger mounted in Battery box; Velcon VF 61EP1/2 filter with differential gauges installed; minimum 100 micron filter in OPW 295 nozzle; spring driven fuel reel, 50' fuel hose and 700-50R "Roto-Reel" with pin or clamp (or equal) reel; side markers and tail lights (2 ea amber side-front/2 each red side-rear); Paint: 2 coats primer, 2 coats white; signage: as a minimum fuel type, no smoking; D.O.T. approved safety rails for roll over protection; 1 set of wheel chocks; D.O.T. certification tag welded on tank. One set of operating, installation and service manuals for each system installed on the trailer. The systems must comply with D.O.T. and E.P.A. requirements for transporting and storage of fuel and shall carry sufficient petroleum product absorption pads or material to absorb or contain up to a 5 gallon petroleum product spill. Delivery is to be FOB destination to DHS/BCBP U.S. Border Patrol Air and Marine Operations Center, 9C Butterfield Trail, El Paso, TX 79906. The provisions at FAR 15.212-1, Instructions to Offerors-Commercial, applies to this acquisition and the following Addenda adds the provisions at FAR 52.214-34 (Submission of Offers in the English Language), 52.214-35 (Submission of Offers in US Currency) and 52.219-6 (Notice of Total Small Business Set-Aside). FAR 12.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Award will be made to the responsible Quoter who is technically responsive, with the lowest price. FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. Within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following clauses are applicable: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-5, Trade Agreements Act; Add FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration and FAR 52.252-2, Clauses Incorporated by Reference (available at http://www.arnet.gov/far). Include a list of customer references, which includes point of contact name and phone number; and pictures and descriptive literature of the model proposed. Bids are due at 1:00pm on the date cited above at U.S. Border Patrol Air and Marine Operations Center, 9C Butterfield Trail, El Paso, TX 79906. Should you have any questions, please contact Cheryl Aldridge at 915 782-4450 X 119. All responsible sources may submit a quote, which shall be considered. See Numbered Note 12
 
Record
SN00392062-W 20030807/030805213049 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.