Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
DOCUMENT

99 -- USCG 1000 GAL FUEL TANK AND ACCESSORIES - Fuel tank diagram

Notice Date
7/29/2008
 
Notice Type
Fuel tank diagram
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-08-Q-3JCAB7
 
Response Due
8/18/2008
 
Archive Date
9/2/2008
 
Point of Contact
Ameer D. Peaten,, Phone: 6172233154
 
E-Mail Address
Ameer.D.Peaten@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined 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. This announcement constitutes the only solicitation; proposals are being requeseted and a written solicitation will not be issued. HSCG24-08-Q-3JCAB7 is issued as a (Request for Quotqation-RFQ). The incorportated provisions and clauses are those in effect through the Federal Acquisition Circular 05-14. The applicable NAICS number is 332420 and the small business size standard is 500 employees. This will be awarded as a Firm Fixed Price award. This is a small business set aside procurement. The FOB Destination delivery is to: USCG STATION Gloucester, 17 Harbor Loop, Gloucester, MA 01930-5004, Attn: Ed Metcalfe. Offers are due at : USCG ISC Boston, MA, by the Close of Business on 8/18/08. Contract and Technical questions may be directed to SKC Ameer Peaten at 617.223.3154 during normal work hours between 7:00am and 3:30pm Monday through Friday. Provide a new gasoline fueling system at STA Gloucester consisting of 1,000 gallon storage tank, submersible pump and fuel dispenser. A 1,000 gallon tank shall be a steel tank in concrete encasement. The tank shall comply with NFPA 30, NFPA 31, and UL 142. The primary tank shall be constructed with a minimum of 10 gauge thick steel carbon steel, listed per U.L. 142 and meet requirements of NFPA 30. The concrete encasement shall be 6” thick with minimum design strength of 4,000 psi. The tank shall be as manufactured by ConVault or approved equal. Fuel dispenser shall be of all stainless steel construction; 1” diameter, 130 feet fuel hose; manual rewind. The dispenser shall be capable of fuel delivery up to 34 gpm. The dispenser shall be provided with a containment pan. The dispenser shall be as manufactured by PMC, model FH-51 or approved equal. Solenoid valve shall be normally closed, zero differential, watertight and rated for hazardous location; NEMA 3, 4, 7, and 9; Group C and D. The valve shall be forge bronze construction. The tank gauge shall be equipped with a fully mechanical liquid level indicator, clock gauge with 2 hands on the face, 4 ˝” dial. The gauge shall be Morrison Brother Co. Model 818 or approved equal. Submersible pump shall be UL listed for gasoline, explosion proof 120V, single phase 1 HP, and interlock with fuel dispenser handle for positive shut off when not fueling. The pump shall be as manufactured by Red Jacket or approved equal. Tank’s grounding shall consist of 5/8”, 8 feet long grounding rod, #4 grounding wire. Deliver to: USCG STATION Gloucester, 17 Harbor Loop, Gloucester, MA 01930-5004, Attn: Ed Metcalfe no later than 9/15/2008 Company's quote(s) should include: 1.The solicitation number; 2.The time specified in the solicitation for receipt of offers; 3.The name, address, and telephone number of the offeror; 4.A technical description of the items being offered in such detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; 5.Terms of any express warranty; 6.Price, availability, and any discount terms; 7.Remit to address if different from mailing address; 8.A copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically); 9.Acknowledgement of solicitation amendments; 10.Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same of similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information); 11.If the offer is not submitted on a SF1449, include a statement specifying the extant of agreement with all terms, conditions and provisions included in the solicitation. Offers that fail to furnish the required representations of information, or reject the terms, and conditions of the solicitation may be excluded from consideration; 12.Company Tax Information and DUNS number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain the full text versions of theses clauses electronically at http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (JUNE 2008) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2008) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) The following clauses listed in FAR 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set- Aside (June 2003) (15 USC 644) 52.219-8 Utilization of Small Business Concerns (May 2004) (15USC 637 (d) (2) and (3) 52.222-3 Convict Labor (June 2003)(E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and remedies (Jan 2006) (E.O.13126) 52.222-21 Prohibition of Segregated Facilities( Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) E.O. 11246 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec2001) 38 USC 4212) 52.232-33 Payments by Electronic Funds Transfer Central Registration (Oct 2003) 21USC 3332 HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003) HSAR 3052.211-90 Bar Coding Requirements (DEC 2003) HSAR 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (DEC 2003) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=352731a483e7558ce70830713e8828dd&tab=core&_cview=1)
 
Document(s)
Fuel tank diagram
 
File Name: Detailed diagram of proposed fuel tank. (Fueltankdiagram.pdf)
Link: https://www.fbo.gov//utils/view?id=8fd956b266589354de1f65f990d64555
Bytes: 29.72 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USCG STATION Gloucester, 17 Harbor Loop, Gloucester, MA. 01930-5004, Gloucester, Massachusetts, 01930-5004, United States
Zip Code: 01930-5004
 
Record
SN01626054-W 20080731/080729225908-352731a483e7558ce70830713e8828dd (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.