Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

47 -- EXTREME HIGH TEMPERATURE HOSE

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-07-T-1105
 
Response Due
8/20/2007
 
Archive Date
10/19/2007
 
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. The U.S. Army Yuma Proving Ground, AZ has a requirement to purchase connection sleeves, bridge hose clamps and hoses. The Request for Quote (RFQ) number is W9124R-07-T-1105 and incorpora tes provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 20070426. This acquisition is being solicited as a total small business set aside. The N orth American Industry Classification System (NAICS) code is 423840 and the size standard is 500 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following items: Contract Line Item Number (CLIN) 0001- 4 each, 6 inch diameter Bridge Hose Clamp. Contract Line Item Num ber (CLIN) 0002- 8 each, 20 gauge stainless steel, 6 inch diameter connection sleeve, minimum of 6 inches in length and a maximum of 12 inches in length. Contract Line Item Number (CLIN) 0003- 2 each, 6 inch diameter by 20 feet in length, two ply extreme h igh temperature hose with asbestos free fabric, reinforced with stainless steel wire with mechanically bonded external helix. Temperature Range: -75 degrees Fahrenheit to 1200 degrees Fahrenheit, Intermittent Minimum, 1380 degrees Fahrenheit. Compressibili ty Ratio of 1:3. Contract Line Item Number (CLIN) 0004-2 each, 6 inch diameter by 40 feet in length, two ply extreme high temperature hose with asbestos free fabric, reinforced with stainless steel wire with mechanically bonded external helix. Temperature Range: -75 degrees Fahrenheit to 1200 degrees Fahrenheit, Intermittent Minimum, 1380 degrees Fahrenheit. Compressibility Ratio of 1:3. All offerors proposing an item shall demonstrate that the proposed item meets or exceeds all of the minimum characteristi cs specified. Award will be made to the responsive, responsible low priced offeror whose proposed product meets or exceeds the minimum characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Sep 2006); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial items (Nov 2006) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Feb 2007); FAR 52.212-5, Contract ter ms and conditions required to Implement Status or Executive Order-Commercial items (Jun 2007); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.222- 3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (May 2007); FAR 52.222-35, Equal Opportunity for Sp ecial Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.232-33, Payment by Elec tronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Ex ecutive Orders Applicable to Defense acquisitions of Commercial Items (Apr 2007). Specific clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: DFARS 252.225-7036 Buy American Act-North American Free trade Agreement Implementati on Act-Balance of Payments Program (Mar 2007). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991) and DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM, 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U. S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM, Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to the point of contact below. E-mail submission is preferred . All offers must be received in the Contracting Office no later than 11:00 a.m. MST, August 20, 2007, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) compa ny name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) Be registered in ORCA or submit a completed copy of both FAR 52.212-3 Representations and Certifications Alt I, (5) price (both unit price and total price ) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA c redit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to point of contact below for notification of any amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01372223-W 20070816/070814221636 (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.