Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

36 -- Paint can crusher. This machine pierces, drains and crushes closed or sealed paint cans up to 6 gallons, aerosol cans, oil filters and up to 1 lb. empty propane cylinders.

Notice Date
3/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-06-T-0008
 
Response Due
3/29/2006
 
Archive Date
5/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of 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 so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-06-T-0008 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-08 and DCN 20051209. This requirement is a 100% Small Business Set-Aside, with a NAICS Code of 423830 and a corresponding size standard of 100 employees. The description of the commercial item is for One (1) each Production Can Crusher with Piercer, Ejector & Vapor Control. Carbon Filtration System. Includes 2 each 45 pound refillable carbon filters and breakthrough detector Peirces, drains and crushes closed or sealed paint cans up to 6 gallon capacity. Req uired to process aerosols. Carbon Filtration System. Exhausts 500 CFM air point source from within crusher and collection drums to exterior Drum lift for sealing collection drum. Auto door opening at the end of cycle and a stroke selector switch to selec t between crushing 1s or 5s. Crushing force min 30,000 psi cycle times 12-25 sec. Explosion proof wiring, min. 1-1/2 HP 115/230 VAC 22/11A single phase motor. Include freight to Ft. Lewis. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applica ble, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresp onding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4133, Commer cial Vehicle Access to Fort Lewis, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access inform ation may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Access Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. The Logistics Center Gate is open 24 hours a day, 7 days a week (to include federa l holidays). The D Street Gate is open Monday through Friday, excluding federal holidays, from 0530-2130. In the event both the Logistics Center Gate and the D Street Gate are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commerc ial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles need ing greater than 12 feet, 5 inches clearance will require a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate g uard that their vehicle is over 12 feet, 5 inches in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drive rs of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access ga te lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passeng ers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is full y implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Tra nsmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Log istics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. Local clause 52.111-4133 states: Procedures for commercial vehicle access to Fort Lewis are subject to cha nge without prior notice. Current access information may be obtained by calling 1-877-727-4342. The following procedures apply if the Fast Access Gate Program is terminated or expires. See the Clause entitled Commercial Vehicle Access To Fort Lewis  Fa st Access Gate Program. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate, Exit 123 from I-5, and the D Street gate. The Logistics Center gate is open 24 hours a day, seven days a week, to include federal holidays. The D Street gate is open Monday through Friday, excluding federal holidays, from 0530  2130. These gates are open for inbound commercial vehicle access and inspection. In the event both the Logistics Center Gate and the D Street Gate are closed, comme rcial vehicles must use the Main Gate. All commercial vehicles will be searched. A visitor pass must be obtained. The Contractor should anticipate delays in getting commercial vehicles on post. The contractor must also allow additional time for commerc ial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle b e given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles needing greater than 12 feet, 5 inch clearance will require a time stamped searched label to gain access t o North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard tha t their vehicle is over 12 ft 5 inches in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subco ntractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Ite ms, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52. 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.222-3, 52.222-19, 52 .222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting . The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. The minimum salient charact eristics for CLIN 0001 are: Production Can Crusher with Piercer, Ejector & Vapor Control. Carbon Filtration System. Includes 2 each 45 pound refillable carbon filters and breakthrough detector Peirces, drains and crushes closed or sealed paint cans up to 6 gallon capacity. Required to process aerosols. Carbon Filtration System. Exhausts 500 CFM air point source from within crusher and collection drums to exterior Drum lift for sealing collection drum. Auto door opening at the end of cycle and a stroke s elector switch to select between crushing 1s or 5s. Crushing force min 30,000 psi cycle times 12-25 sec. explosion proof wiring, min. 1-1/2 HP 115/230 VAC 22/11A single phase motor. Include freight to Ft. Lewis. DFARS 252.212-7001, Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225.7001, 252.225-7012, 252.232-7003, 2 52.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arn et.gov/far. Telephonic inquires will NOT be accepted. Quotes are due on March 29, 2006 at 4:00 P.M. Pacific Standard Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mai l address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Contract Specialist Bill Hatchett, william.h.hatchett@us.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01013498-W 20060325/060323212435 (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.