Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

49 -- Aviation Fuel Bowser

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W8086C71817113
 
Response Due
7/16/2007
 
Archive Date
1/12/2008
 
Small Business Set-Aside
N/A
 
Description
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 W8086C71817113 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 05-17. The associated North American Industrial Classification System (NAICS) code for this procurement is 332420 with a small business size standard of 500 employees. This requirement is unrestricted 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 2007-07-16 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Meet or Exceed, to the following: LI 001, Towable Bowser: Refuel/Defuel bowser tank with steerable suspension, capable of defueling, refuling, and recirculation of product. Four wheel trailer equiped with L drawbar assemby, latch and solid lunette eye for towing, front steering axle, fixed rear. Hand operated parking brake. 400 gallon, stainless steel tank. Tank has 2-inch drain, 2-inch fill, manway, liquid level guage, and is vented. Equipment platform to include pump, filtration, and static ground reel mounted on rear platform. Hannay 1.25" spring rewind hose reel, complete with aluminum internals. 1.25 inch x 25 foot Aviation grade hose for suction and discharge. Diesel engine driven pumping system with 2" pump and 4.7hp diesel engine. Engine to come equipped with pull start rope. Unit filter to be equipped with a Jet Fuel filter, with differential pressure gauge included and 2-Millipore sample connections. OPW 295 aviation nozzle, swivel and dry break connector. Static ground reel with 50' of cable. Stainless steel piping rated and tested to 150psi. Unit to be flow tested for proper operation of the pumping system. Paint finish of Dupont Imron 5000, decaled with all applicable warning decals. , 1, EA; For this solicitation, USA ACA Ft. Drum 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 Ft. Drum 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 Marisa Lyon at marisa.lyon@us.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 marisa.lyon@us.army.mil (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: 52.222-21, 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. Delivery shall be made within 14 days or less after receipt of order (ARO). 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. ORCA Requirement - Agencies require completion of the Online Representation and Certifications Applications (ORCA) prior to award. Information can be found at https://orca.bpn.gov/. New Equipment ONLY, NO remanufactured products
 
Web Link
www.fedbid.com (b-42889_01, n-6416)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01340758-W 20070714/070712221418 (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.