Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

99 -- Aqueous and Solvent Drum Washer System

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700105Q0024
 
Response Due
2/15/2005
 
Archive Date
3/17/2005
 
Description
AQUEOUS AND SOLVENT DRUM WASHER SYSTEM SOLICITATION # M67001-05-Q-0024 This is a combined synopsis/solicitation for a commercial item 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; quotes are being accepted and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotation (RFQ) under solicitation M6700105Q0024. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2001-27, effective 22 December 2004 and DFARS Change Notice DCN # 20050113. The applicable North American Industry Classification System code is 333999 and the corresponding small business size standard is 500 employees. This requirement is 100% Small Business Set-Aside. Marine Corps Base Camp Lejeune, NC has a requirement for the award of a firm?fixed price contract for one (1) Drum Washer with Oil Separator System to be delivered to Camp Lejeu! ne, NC. There are two (2) line items with the following specifications: CLIN 0001 ? Aqueous and Solvent Drum Washer System, UNIT REQUIREMENTS: Must be capable of washing two (2) 55-gallon drums at the same time; washing inside surfaces of opened containers to include dung top containers up to 55-gallon capacity; wash rack and strainer constructed of stainless steel and aluminum where applicable, high pressure spray rotating wash pump (between 150-300 psi @ 20- 40 gpm) with water or caustic wash applicability to wash outside area of drum or pail; electric type wash and return pumps, non-spark explosion resistant components, controls, motor and exhaust blower; handle solvents with flash points in excess of 140 degrees; at least 4? vent ports; vapor thigh seals to control emissions; microprocessor controller in Nema 4X enclosure; safety shut-off switch. ELECTRICAL REQUIREMENTS: Must be 220v, 40a/460v, 3 phase, 60 Hz, pre-wired for site installation. Quantity: 1, Unit of Issue: Each CLIN 0002- Technical Assistant - Provide a technical representative for on-site technical advice upon completion of installation of Drum Washer System Quantity: 5 est., Unit of Issue: Days Contractor Responsibility: Deliver the Drum Washer System directly to the designated location. Unload and stage material as required. Temporary storage/storage vehicles/containers, temporary trailers/containers may be set up in the vicinity of drop-off area. Provide a Tech-Rep for site visit upon being informed by customer that installation of Drum Washer System is complete. Government Responsibility: Notify contractor in advance of any scheduled changes prior to delivery of material. Provide a representative to coordinate with Facilities personnel to request electrical connectivity to the Drum Washer System, inspect the project site after install, sign necessary documentation and process invoice upon completion of project in a timely manner. FOB site: Destination. The government requires delivery of system no later than 30 July 2005. The system shall be delivered to Freight Traffic Branch, Bldg 1011, Camp Lejeune, North Carolina. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this requirement: FAR 52.212-1 Instructions to Offerors. FAR 52-212-2, Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Past Performance. Price is considered more important than past performance. A minimum of three (3) references are to submitted with quote. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, an offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual repre! sentations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders ? Commercial Items to include 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era , and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.243-7001 Pricing of Contract Modifications; DFARS 252.232-7003 Electronic Submission of Payment; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicabl! e to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items, clauses checked: 252.225-7001, 252.243-7002, 252.247-7023; DFARS 252.209-7001 Disclosure of ownership or control by the government of terrorist country. Offerors must be registered in the CCR (Central Contractor Registration) database. Lack of registration in the CCR will make an offeror ineligible for award. Information may be obtained by calling (888) 227-2423 or via the Internet at http://www.ccr.gov. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is <https://wawf.eb.mil! > . WAWF training can be accessed at http://www.wawftraining.com. All responsible sources may submit a quotation, which shall be considered by the agency.. Written quotes should be received no later than 4:00 p.m. Tuesday, 15 February 2005 via facsimile 910-451-1647, emailed to doreen.rook@usmc.mil, mailed to Contracting Division, P.O. Box 8368, Camp Lejeune, NC 28547-8368 or Fed-Expressed to Contracting Division, Bldg 1116, MCB, Camp Lejeune, NC 28547-8368. The points of contact for this acquisition are: Doreen M. Rook (910) 451-3071 or Mrs. Lisa Williams, (910) 451-3095. ANY FURTHER INQUIRIES SHOULD BE DIRECTED TO DOREEN ROOK VIA FAX, 910-451-1647, OR EMAIL See numbered note 1.
 
Record
SN00738486-W 20050123/050121212531 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.