Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

79 -- Drum Washer System

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
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, Florida, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1T4AA8184A001
 
Archive Date
9/25/2008
 
Point of Contact
Rodney C. Lewis,
 
E-Mail Address
rodney.lewis@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to award a Firm-Fixed Price (FFP), contract for the purchase of a Drum Washer System. This requirement shall be set-aside 100% for small business. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 13.5, 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 announcement number is F1T4AA8184A001. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification Systems (NAICS) code for this acquisition is 333298, with a small business size standard of 500 employees. Please identify/confirm your business size in your response based upon this standard. This purchase request shall meet the following requirements: Single Open head or closed head 55 Gallon Drum Washer Power requirement: 240 VAC Single Phase available 110 VAC Single Phase Available Facility Air is available @ 125 psi for pneumatic switches Unit must be capable of washing and rinsing exterior and interior of Petroleum Product 55 Gallon Drums. All piping to be schedule 40 Construction: Completely enclosed 10 Ga. steel or stainless steel with steam vent in the top. Doors should be interlocked with pump motors for safety of operator. Heaters: One 9KW (240 VAC) immersion heaters in wash tank, and one in the rinse tank, complete w/contactors and thermostats. Wash and Rinse tanks should be re-circulating. 1 Wash and 2 Rinse cycles should be automatically timed to meet EPA Triple rinse requirement. Machine should have Acrylic or Epoxy finish (N/A if stainless steel). Automatic drum loader Contractor shall remove old machine and install new machine on site. Government will dispose of old system. Foot print is 6' deep X 6' wide. No contract financing will be provided in accordance with FAR 32.003 & 32.201-1(b)(2). Shipping terms: FOB Destination The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation, FAC 2005-26, Effective 12 June 2008. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • 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, incorporating the following: • 52.219-6, Notice of Total Small Business Set-Aside • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-1, Buy American Act - Supplies • 52.225-13, Restrictions on Certain Foreign Purchases • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration • 52.219-28, Post-Award Small Business Program Representation • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated by Reference (Feb 98), which reads as follows: 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 (End of Clause); • DFARS 252.204-7004, Alt A, Central Contractor Registration • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea • AFFARS 5352.242-9000, Contractor Access to Air Force Installations To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 4:00 PM., Central Time on 10 September 2008. Anticipated award date is two business days after this due date. Send all packages to 96 CONS/MSCBB, Attn: Rodney C. Lewis, 205 West D. Ave, Suite 541, Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-1680, or e-mail at rodney.lewis@eglin.af.mil. Email is preferred.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b09d9bf790d4a90046c57f051cc0718&tab=core&_cview=1)
 
Place of Performance
Address: Eglin AFB, FL, United States
 
Record
SN01657942-W 20080905/080903222659-4b09d9bf790d4a90046c57f051cc0718 (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.