Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

J -- Vehicle Washrack Refurbish

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
811192 — Car Washes
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1T3BR7200A001
 
Response Due
9/7/2007
 
Archive Date
10/15/2007
 
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 request is contemplated and funding has not been approved at this time. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is F1T3BR7200A001 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This notice is 100% Set-Aside for Small Business concerns. Please identify your business size in your response based upon this standard. The associated NAICS code is 811192 and the small business size standard is $6.5 Million. Request a quote on the following item(s) and quantity(s): 0001: 1 each, 4-Bay Power Rack pumping equipment (NOTE: There are 3 actual bays with one (1) bay set-up for 2 vehicles. The 2 vehicle bay will require a 50 ft. hose attachments and the remaining 2 bays will have 30 ft. hose attachments.) to include: - Low Pressure Tire Cleaner, Medium Pressure Pre-Soak, High Pressure Detergent, Foaming Brush, Rinse, Foaming Conditioner, Clear Coat Protectant, and High Pressure Wax - All stainless steel construction - Totally self-contained - Removable pump assembly - Model Cat 5CP2120 Pump 4.0 GPM/1000 PSI - Brass regulators - Open access to all systems self-contained chemical tank - Fused terminal blocks - 3 HP 3 phase motors - High and low pressure gauge - Pre-wired and Pre-plumbed - Low-voltage electric panels - Freeze prevention system - Pump shut-off valves - Cold water rinse - Turtle wax ready with stainless steel hyper concentrate tank - Single V-belt and pulley - Stainless steel belt guards - Easy access to chemicals system lettering and decals - E.T.L. approved 0002: 4 each, 1-second delay on Motorstarter (1 per system) 0003: 2 each, 360-degree long shaft boom 0004: 6 each, 180-degree Stainless Steel boom with pressure hose 0005: 6 each, Stainless steel backing plates for 180-degree boom 0006: 4 each, Bay meters with on-off switch to include: Timer Stop; Presoak; Soap; Foam Brush; Rinse 0007: 4 each Wash-down switch to power rotary switch 0008: 16 each, Stainless Steel mat holders 0009: 1 each, Installation Kit 0010: 1 each, Air Compressor 0011: 1 each, Annual Service Agreement (renewable) 0012: 1 each, Startup chemical package -Qty: 4 each, 15 gallon Pre-Soak -Qty: 7 each, 5 gallon Foam Brush -Qty: 6 each, 15 gallon Poly Soap 0013: Installation: Contractor is responsible for removal of all existing car wash equipment from bay area; removal of all existing car wash related plumbing and electrical from wash bays; installation of all equipment outlined above and all high-pressure hoses, fittings low pressure tubing and fittings, electrical cable from equipment room to control stations in each bay and any additional parts that may be required. Items are to be delivered FOB destination to 96 LRS/LGRSR 203 Transportation Rd., Eglin AFB, FL 32542 for inspection and acceptance by an authorized government official. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order: FAR Clause 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors; Commercial. FAR 52.212-2, Evaluation--Commercial Items. The significant evaluation factors will be based on technical acceptability and price related factors, when combined are approximately equal. Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quotation. Failure to do so may result in your proposal to be considered non-responsive. FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition (DEVIATION). FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41, Service Contract Act of 1965, As Amended FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232.18, Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer ? CCR FAR 52.233-3, Protests After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, FOB Destination FAR 52.252-2, Clauses Incorporated by Reference (Full Text) Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-6, Authorized Deviations in Clauses. (Full Text) Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. DFARS 252.204-7004(A), Required Central Contractor Registration (CCR) DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III H-850 Clause-WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: F1T3BR *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award. Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 5:00 P.M., Central Standard Time on 7 September 2007. Send all quotes to Betty J. Guillot via e-mail at betty.guillot@eglin.af.mil; or by facsimile to 850-882-1680; or to 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864. Numbered Note (1) applies to this acquisition. Points of Contact: Betty J. Guillot, Contract Specialist, Ph # (850) 882-0344, Fax, (850) 882-1680, Email, betty.guillot@eglin.af.mil Tony D. Roy, Jr. Contracting Officer, Ph # (850) 882-0334, Fax, (850) 882-4916, Email, tony.roy@eglin.af.mil Place of Performance Address: 203 Transportation Rd., Eglin AFB, FL Postal Code: 32542 Country: UNITED STATES
 
Place of Performance
Address: 203 Transportation Road, Eglin AFB, FLorida
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01389104-W 20070831/070829221157 (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.