Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
MODIFICATION

42 -- Fuel Spill and Secondary Containment Kit

Notice Date
4/16/2007
 
Notice Type
Modification
 
Contracting Office
761st Tank Bn Ave, BLDG 1001, Rm W113, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W808677072PR2
 
Response Due
4/16/2007
 
Archive Date
10/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W808677072PR2 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 332995 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-04-16 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft. Hood, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, Spill Kit. 1. Patented inside support strap design to eliminate a tripping hazard and incased foam panels on both the entry and exit walls that use the dynamics of fluid to raise the entry/exit walls. 2. All vertical walls with 1" hem along the top edge and corner supports are to be extruded aluminum sealed in 4" wide pocketed berm material. 3. Wrap around corners with diagonal weld to prevent leakage. 4. Berms are one-piece heat welded design. Both ends of the support legs must be permanently attached to the berm. No assembly, no removable pieces. 5. The berm shall be formed using RF welding with additional side hinging support members RF welded to the inside of the berm. 6. The walls of the berm shall be self-supporting. 7. Berm shall retain its form in temperatures up to 160 degrees F. 8. In-house repair service using heat seal technology. Field repair kits are available. 9. All materials used in the manufacturing of the berm are 100% made in the USA, as well as the manufacturing itself. Berm material: Non-laminated berm material to be constructed of XR-5 or XR-3, 30 oz., 30-mil material 100% American made Ethylene Interpolymer Alloy (EIA) Supported liner with these specifications: Base Fabric Type is polyester., Fabric weight is 6.5 oz/square yard., Finished Coated weight (ASTM-D751) is 30 +/-2oz/square yard., Trapezoid Tear (ASTM D-4533) 35/35 lbs. min. Grab yield., Tensile (ASTM D-751, Grab Method 550/550 lbs.min Elongation @yield., Puncture Resistance is 250lbs min., Hydrocarbon resistance (kerosene, JP, Naptha, diesel) is >95% tensile strength., Tranformer Oil resistance-Univolt 60 (30 days immersion) is >95% tensile strength., Absobtion at 7 days is 1% max @ 70 Fahrenheit, 12 % max @ 212 F., Abrasion resistance is 2000 cycles before fabric exposure., Coating compound must contain Dupont Elvaloy that is essentially noncrystalline and therefore not susceptible to environmental stress cracking., Key manufacturing step involves exclusive primers being applied to saturate the woven fibers to make possible the binding of substrate and coating copmound into a single system-no delamination possible, no edge coating required. Laminates and layered products are not acceptable. This material is warranted on a pro-rated basis for one year against both weathering and chemical compatability. User is responsible for a sample test-immersion that will be evaluated by the manufacturer., 61, EA; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact William Dunlap at william.f.dunlap@hood.army.mil or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Requirement is urgent. Sellers shall offer their best delivery terms. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Award shall be made to that Seller offering the best value to the government, price and other factors considered The following DFARs clauses are incorporated by reference. 252.212-7001, 252.225-7001, 252.232-7003, 252.232-7010. This requirement's NAICS Code is 423840. This NAICS Code supercedes the code contained in the FedBizOpps posting.
 
Web Link
www.fedbid.com (b-38932_01, n-5579)
(http://www.fedbid.com)
 
Place of Performance
Address: Ft. Hood, TX 76544
Zip Code: 76544-5025
Country: US
 
Record
SN01274321-W 20070418/070416220724 (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.