Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
MODIFICATION

49 -- change set a side status diesel powered maintenance equipment

Notice Date
3/27/2008
 
Notice Type
Modification
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ08T0800
 
Response Due
3/31/2008
 
Archive Date
5/30/2008
 
Point of Contact
Jeffrey Roberts, 907 384-7104
 
E-Mail Address
ACA, Fort Richardson
(jeffrey.c.roberts1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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. As a synopsis solicitation proposals are being requested and no sepa rate notice will be issued. (ii) This synopsis solicitation number is W912CZ08T0800. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5,2007). (iv) The a pplicable NAICS is 423830. (v) This synopsis solicitation contains FIVE (5) line items. Quotes are being sought from Total Small Business. Shipping must be FOB destination, and include the applicable manuals. (vii) Delivery location: 62 Transportation Com pany, BLDG 806 N. Warehouse Street, Fort Richardson AK 99505-7300. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before 21 April 2008. CLIN 0001: DIESEL POWER WASHER-1 each Mfg. MI TM Part No. HS-3006-OMDK or equal. Mu st have the following: Hot Water Belt drive, *Diesel unit*, 80-mesh, high volume, stainless-steel screen inlet water strainer, 1/2 inch schedule 80 coil with stainless-steel wrap heat exchanger, Heavy-duty dual cogged belt drive system DIESEL, Temperatur e rise 150?F/66?C maximum above ambient, maximum outlet temperature 200?F, Quick connect nozzles (0?, 15?, 25? and 40?) 50 foot x 3/8 inch steel wire braided pressure hose with quick connects, swivel and bend restrictors, Professional-grade insulated trigg er gun with safety lock-off, Adjustable pressure insulated dual lance with fixed detergent nozzle. CLIN 0002: WHEEL KIT FOR DIESEL POWER WASHER.-1 each Mfg. MI TM Part No. AW57400000 or equal. Must be compatible with Diesel Power Washer CLIN 00 01. CLIN 0003: DIESEL WELDING GENERATOR-1 each Mfg. Miller Part No. 903731 or equal. Must have the following: Rated Output at 104? F (40?C) 300 A at 32 V, 60% Duty Cycle Output Power Range CC-DC: 5 - 400 A CV-DC: 10 - 34 V Generator Power- rated at 104?F (40?C) 12,000 Watts, 1- or 3- Phase Net Weight 910 lb (412 kg) Diesel Engine Kubota 26 HP at 3600/2500 RPM or equal; MIG (GMAW) Pulsed MIG (GMAW-P) with optional Optima control Flux Cored (FCAW) DC Stick (DC SMAW) DC TIG (DC GTAW) Air Carbon Arc (CAC-A) Cutting and Gouging, Air Plasma Cutting and Gouging (PAC) with Optional Spectrum Models Weld At Idle 5000 watts of weld power (225 A at 23 V, 170 A at 30 V) high speed with no changes in the arc. Fuel capability is 13 gal Toolless to p and side access. Remote oil drain. Low noise operation 72 db @ 7 m (no load - idle), 78 db @ 7 m (full load - high speed). CLIN 0004: ACCESSORY KIT FOR DIESEL WELDING GENERATOR-1 each Mfg. Miller Part No. 195195 or equal. 50  lead and groun d. Must be compatible with Diesel Welding Generator CLIN 0003 listed. CLIN 0005: DIESEL POWERED AIR COMPRESSOR-1 each Mfg. Gardner Denver Part No. HDR5-EY or equal. Must have the following: ASME Certified 80 Gal tank, Complete Assembled, Ma nual tank drain valve. Oil level sight glass. Intercoolers, for cooling between stages. Gasketless designed integral cylinder/head. Preset pressure ratings up to 250 PSIG. Two stage, single acting compressor pump. Splash or pressure lubrication. HP 9, PUMP R-15B , MOTOR DIESEL 30 L x W x H DIMEN. IN. 38 x 32 x 46, RPM @ 175 PSI 710, CFM DISP. @ 175 PSI 20.7 , CFM DEL. @ 175 PSI 16.5 , RPM @ 250 PSI 650 , CFM DISP. @ 250 PSI 18.9 , CFM DEL. @ 250 PSI 13.6 (viii) The provision at FAR 52.212-1, Instru ctions to Offerors  Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically acceptable, price, delivery time and past perform ance. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- C ommercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at websit e https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21  Descriptive L iterature (APR 02); FAR 52.217-5  Evaluation of Options (JUL 1990); FAR 52.217-7  Option for Increased Quantity  Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration ( By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electr onic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 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 (D EC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). ( xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 10:00 AM, Alaska Time, 31 March 2008. (xvii) The Government assumes no resp onsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions whi ch can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contract ors information. For further information contact Tammie Adair via facsimile (907) 384-7112, or e-mail: tammie.adair@richardson.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachmen t will be discarded without being read. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABQ/DABQ03/W912CZ08T0800/listing.html)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01544065-F 20080329/080327232044 (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.