Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
SOLICITATION NOTICE

36 -- Purchase of 1 each Aerosol Can Crusher

Notice Date
11/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-07-T-0006
 
Response Due
11/9/2006
 
Archive Date
1/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classification System Code (NAICS) is 333319 and the size standard is 500 employees. This proc urement is a 100% Set-aside for Small Business. Any brand names or trade names used in the RFQ specifications are for the purpose of describing and establishing standards of quality and performance and characteristics desired. Such brand names or trade n ames are not intended to limit or restrict competition. Interested parties may submit a quote for products substantially equivalent to those specified unless the RFQ expressly provides that only a particular brand or product is acceptable. All proposed b rand, or product, substitutions shall be subject to review and approval; full specifications of substitutes are required to be submitted with the quotation. The pricing must be quoted as follows: CLIN Quantity Units Unit Price Total Price 0001 1 Each $ $ Contract Line Item (CLIN) 0001- Aerosol Can Crusher. Must be explosive proof. Must be able to crush 300 to 500 cans per hour. Must be fully automated after the insertion of a can. Must be able to crush cans with a 3 inch diameter and up to 12 inches ta ll. Must separate contents of the can from the crushed can and send the contents to a collection container. The Collection container must be accessible and easily changed to allow for multiple containers for different can contents. Machine can be electr ic 115 volt or 230 volt or run by air compressor. If run by compressor minimum pressure must be 150 PSI or less. Suggested manufacturer- Teemark Corporation, Suggested part - Super 450. The listing of a suggested manufacturer and part is not intended t o limit or restrict competition to that brand name only. Contract Line Item (CLIN) 0002- Air Filtration System. Must be compatible to quoted Aerosol Can Crusher. Must filter out all fumes produced from crushing the aerosol cans. Must include a detection system to identify if fumes have broken through the fil ter. Suggested manufacturer- Teemark Corporation, Suggested part- Carbon Filtration Package. The listing of a suggested manufacturer and part is not intended to limit or restrict competition to that brand name only. Offerors can view and download all of the referenced Provisions and Clauses at the following Internet address: http://farsite.hill.af.mil/ Current to Fac 2005-13, Effective 28 Sep 2006. The follow Clauses and Provisions apply to this acquisition: The FA R Provision at 52.252-1, Solicitation Provisions Incorporated by Reference and the FAR Clause 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. The FAR Clauses at 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.), the FAR Provision 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations a nd Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.). The FAR Provisions at 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offeror s, 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: 1. Ability of item specifications to meet or exceed the governments minimum needs, 2. Item quality, 3. Price); 52.212-3 Offeror Representations and Certif ications. The FAR Clauses at 52.212-4, Contract Terms and conditions  Commercial Items, 52.2 12-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. The DFAR Clause at 252.204-7004, DFAR Provision 252.212-7000 Offeror Representations and Certifications--Commercial Items, and DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Or ders  Commercial Items, apply to this acquisition (Current to DCN 20061026 Edition). The following DFAR Clauses cited within 252.212-7001 are applicable to this acquisition: 252.225-7001, 252.232-7003, and 252.247-7023. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 NLT 11/09/06 at 1200 hours. The bidder must include the solicitation number on each page of the offers. Quotes may be supplied via fax at 315-772-8277 or v ia e-mail at anthony.sligar@us.army.mil. Note: Completion of the CCR and ORCA are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make them ineligible for award. Offerors must fill in required sections of FAR Provision 52.204-8 and DFAR Provision 252.212-7000 return it with their offer.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01175206-W 20061104/061102220725 (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  © 1994-2020, Loren Data Corp.