Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

99 -- HAZARDOUS MATERIAL STORAGE UNITS

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297407T8025
 
Response Due
5/23/2007
 
Archive Date
6/22/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-T-8025 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 2005-16. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. This acquisition in 100% small business set aside. The NAICS classification code is 332439 and the small business size standard is 500. Items are as follows: CLIN 0001. Provide twenty (20) Pallet Rack and Sump Combination Vertical Drum Storage Units. 126"L x 54" x 120"H; two tier construction storage for a total of 16 55-gallon drums per rack; fully welded 14 gauge galvanized steel construction for rack and shelf; sump capacity of 159 gallons in accordance with EPA requirements of containment of 10% of the total volume or 100% of the largest container, whichever is greater; storage platform to be constructed of galvanized steel grating; UV resistant acrylic powder coat finish; racks to be equipped with pallet stops and galvanized splash guards. CLIN 0002. Provide twe lve (12) Knock-Down Gas Cylinder Storage Cabinets.Vertical cylinder st orage cabinets with single lockable, hinged door constructed with angled steel framing and expanded metal; 65"H x 30"W x 32"D; one sided access; single tier construction to hold 5 to 10 vertical gas cylinders; fully welded 11 gauge tubular and angel frame spark proof aluminum construction; side walls of expanded metal for ventilation; back wall of 20 gauge rib deck; roof of 16 gauge galvanized steel sheets. CLIN 0003. Non-Combustible, Enclosed Storage Units. Color: blue; minimum 27'L x 5'D x 10'H; weighs approx 6100 lbs empty; unit has 4 storage bays with a capacity of 3 4-drum pallets per bay for a total capacity of 48 55-gallon drums; two tier construction; storage platform constructed of galvanized steel grating; sump capacity of 411 gallons in accordance with EPA requirements (sump volume exceeds 10% of the volume of containers or the volume of the largest container stored, whichever is greater); interior walls and sump to be treated with a corrosion resistant epoxy co ating; exterior to be coated with UV resistant acrylic enamel; two lockable sliding doors; provide all materials required to ground the units including but not limited to grounding rod, wire, and grounding connectors; provide signage for NFPA 704 placard or provide the materials for government to placard the unit after placement. Provide descriptive literature (i.e. pictures, brochures, and detailed specifications, etc.), to include providing model number and copy of pages out of your catalog for each item quoted. Failure to provide any of this information, or providing inadequate or unclear information, will result in the quote being rated unsatisfactory and ineligible for award. Required delivery date is 15 July 2007. Quotes are solicited FOB destination MCAS Yuma AZ. Inspection and acceptance will be at destination. The Government will award a firm fixed price contract resulting from this Request for Quotation based on lowest price technically acceptable offer. Awar d will be on an all or non basis. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offer Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive Orders-Commercial Items with the following applicable clauses under Para (b): (5) (i) 52.219-6, Notice of Total Small Business Set-Aside, (14) 52.222-3, Convict Labor, (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies, (16) 52.222-21, Prohibition of Segregated Facilities, (17) 52.222-26 Equal Opportunity, (18) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (19) 52.222-36 Affirmative Action for Workers with Disabilities, (20) 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, DFARS 252.211-7003 Item Identification and Valuation, and DFARS 2522.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. All vendors submitting a quote are notified that you must be active in the Central Contractor Register database to be considered for award. The website for registration is www.ccr.gov. All responsible business sources may submit a quote which shall be considered by the agency. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS number, Tax Identification Number, full name and phone number of vendor?s point of contact, and a completed copy of FAR 52.212-3 Offer Representations and Certifications-Commercial Items. Clauses may be obtained at website: http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Frances Cerka. FEDEX quotes may be submitted to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Frances Cerka. Quotes may be submitted to Frances Cerka via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation. Defens e Priorities and Allocations System rating for this acquisition is DO-C9E. Numbered note 1 applies. Only written quotes are acceptable and must be received and identified by RFQ M62974-07-T-8025 by 1200 PM (PT) on 23 May 2007. Contact Frances Cerka at 928-269-2632 for information regarding this solicitation.
 
Record
SN01297168-W 20070519/070517221618 (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.