Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

49 -- WATER DISPERSIBLE CHEMICAL AGENT RESISTANT COATING (CARC) EQUIPMENT-VA

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-R-07-R-0015
 
Response Due
7/12/2007
 
Archive Date
9/10/2007
 
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; quotes ar e being requested and a written solicitation will not be issued. This solicitation synopsis/solicitation number W912LQ-07-R-0015 is being issued as a request for quotation (RFQ). A firm fixed price contract is anticipated to be awarded. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This requirement is a 100% set-aside for small businesses with an associated NAICS code of 423830 with 100 employee size standard. The full description of work required is too large to incorporate into this announcement; the statement of work may be obtained by emailing the contract specialist listed at the end of this announcement. DESCRIPTION OF SERVICES: The United States Property and Fi scal Office for Virginia (USPFOVA), Fort Pickett, Virginia, is soliciting proposals for a contractor to provide all material, labor, supervision, tools, equipment, training, documentation, and incidentals necessary to furnish, install, render operational t he Water Dispersible CARC system at the Maneuver Area Training Equipment Site (MATES) at the Maneuver Training Center (MTC)-Fort Pickett, Blackstone, Virginia 23824 and the Combined Support Maintenance Shop (CSMS), 3100 Alcott Road, Richmond, Virginia 23 237. The Contractor shall be responsible for fully executing this project. The USPFOVA will utilize its Environmental Office (VAFM-E) to provide technical management for this project. Background: The Virginia National Guard switched to water-dispersible Chemical Agent Resistant Coating (CARC) paint in 2005. A new water-dispersible CARC paint system is needed to ensure that water-dispersible CARC performs according to military specifications and paint usage is properly recorded. Regulatory requirements f or this project(s) is Title III, Clean Air Act, (CAA-90) NESHAPS program, section 112, proposed Defense Land Systems and Miscellaneous Equipment (DLSME) National Emission Standards for Hazardous Air Pollutants (NESHAP) regulation expected to be promulgated in summer 2007. The CARC paint system must be a flexible and easy to use system for electronic proportioning and mixing of multiple component water-based (CARC) paint. The system shall be designed to accurately and efficiently manage, mix, supply and rec ord the usage of various CARC materials within the MATES and CSMS facilities. The Virginia Army National Guard (VaARNG) intends to purchase two water-based CARC paint systems to ensure that the new water-based CARC paint being used at MATES and CSMS is ap plied according to military specifications. The system must be designed as a complete assembled system which has the flexibility to fit into a dedicated paint booth building at each facility. The VaARNG needs a system that can dispense as little as 1 quar t up to 5 gallons, per event. Each system must have four CARC supply tanks, one for each CARC color (green, brown, black and tan), one catalyst supply tank and one deionized water supply tank. Each system must have a communication module, including a lap top computer, printer and all necessary software, to report the materials dispensed. The CARC paint system shall include a multi-size paint shaker designed to mix material in container sizes from 1 quart to 5 gallons. All components of the paint system m ust be mounted on platforms which provide secondary containment for spills. The Contractor will provide initial startup of equipment and provide initial training to operators at each site. The Contractor will also furnish the complete operating and parts manuals for each piece of equipment purchased. Below is a list of specific equipment each facility requires based on the number of VaARNG painters at MATES an d CSMS. Each facility must have a minimum of the following: Four (4) Spray Packages: 2-Gallon Pressure Pot: Two-gallon stainless steel pressure pot with agitator, Liners for two-gallon pressure pot, 25 fluid hose, 25 air hose, Paint applicator, pressur e feed, 0.055 nozzle; Six (6) Spray Packages: 24 oz. Gravity Cup, 25 air hose, 4 whip hose, paint applicator, gravity feed, and 0.055 nozzle, with gravity cup, Spare cups and collars, Spare lids and liners, Gravity cup holder, Wall mounted dispenser for liners and lids; Two (2) Spray Packages: 1-Quart Pressure Cup: 25 air hose, Paint applicator, pressure feed, 0.055 nozzle, One quart stainless steel pressure cup with 4 fluid and air hose. All responsible sources may submit a quotation which will be co nsidered by the agency. Offerors shall provide as a response to this solicitation: (1) a completed price schedule and (2) a completed FAR Clause 52.212-3, which may be completed online at http://orca.bpn.gov. The full text of these clauses and provision s may be assessed electronically at this website: http://farsite.hill.af.mil/. The following clauses and provisions are hereby incorporated either by full text and are to remain in full force and effect in any resultant contract: FAR 52.212-1, Instructi ons to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 go vernment. FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offerors Representation and Certifications Commercial Item; FAR 52.212-4 Contract Terms and Condition- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to I mplement Statutes or Executive Orders- Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibit ion Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports On Disab led Veterans And Veterans Of The Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; The following additional clauses/provisions are applicable to this procurement: FAR 52.214-34 Submissions of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.232-28 Invitation to Propose Performance-Based Payments; 52.247-34 F.O.B. Destination; FAR 52.253-1 Computer Generated Fo rms; FAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate; FAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.204-7003 -Control Of Government Personnel Work Product; DFAR 252.204-7004 Alt A-Required Central Con tractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. DFAR 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material Inspection and Receiving Report. Offers referencing RFQ number W912LQ-07-R-0015 may be submitted in writing: in hard copy via mail or hand-delivered to USPFO-P, Attn: SFC Susan H ensley, Building 316, Fort Pickett, Blackstone, VA 23824; electronically via fax to (434) 298-6202 or email (preferred) to Government point of contact. Offers must be received by 2:00 p.m. (EST), Tuesday, 12 July 2007. Questions are to be submitted via e mail to SFC Hensley, Contract Specialist, at susan.p.hensley@us.army.mil.
 
Place of Performance
Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
Zip Code: 23824-6316
Country: US
 
Record
SN01330525-W 20070630/070628231254 (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.