Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

79 -- Brand Name or Equal to AUTEC AES-260 Soft Touch Car Wash

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
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
W9124R09R0024
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Robert Pich, 928-328-6909
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(robert.pich@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Supply Group: 7930 Combined Synopsis/Solicitation Solicitation Number: W9124R-09-R-0024 Response Date: 21 September 2009 Technical Questions: 17 September 2009 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 -- Test Program for Certain Commercial Items and with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603, 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. This synopsis is being issued per FAR 52.211-6 for brand name or equal components. The solicitation document and incorporated provisions and clauses are those in effect through Fac 2005-36, Effective 11 Aug 2009 and class deviation 12009-O0011 and Defense Federal Acquisition Regulation Supplement (DFARs), Current to DCN 20090825 (Amended) Edition. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% small business set aside. The North American Industry Classification System (NAICS) is 333319 with a small business size standard of 500 employees. All quotes shall be for NEW equipment. Per FAR 12.202(b), salient characteristics and functionally will be for brand name or equal to AUTEC AES-260 Soft Touch Car Wash per descriptions referenced below. This solicitation contains Contract Line Item Numbers (CLIN) 0001: Quantity 1, Unit of Issue Each, Description RINSE ARCH Part Number: 00X131198; (CLIN) 0002: Quantity 1, Unit of Issue Each, Description CAR WASH, AES-260 Soft Touch Car Wash including installation; (CLIN) 0003: Quantity 1, Unit of Issue Each, Description High Pressure Pumping System Part Number: 00X131199; (CLIN) 0004: Quantity 1, Unit of Issue Each, Description 30 gallon, Lo PH Detergent Part Number: 00X131197. The requirement specifications, salient characteristics, statement of work, this CSS, or any other pertinent information applicable to this solicitation are located at the Mission and Installation Contracting Command, Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-09-R-0024. Sailent Physical Characteristics per FAR 11.104(b) are listed below. U.S. Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Proposals shall include all transportation costs and state proposed delivery time in weeks after receipt of order. Arizona vendors are to include the Arizona Transaction Privilege Tax. This solicitation is being issued as a Request for Quotation (RFQ) resulting in a Firm-Fixed-Price contract. All technical questions concerning this requirement must be emailed to the address listed below no later than 17 September 2009 at 10:00 a.m. Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number # W9124R-09-R-0024 and emailed to address listed below or sent by facsimile to POC at (928) 328-6849 no later than 21 September 2009 at 03:00 p.m. Mountain Standard Time (MST). Offers that fail to furnish required representations required by FAR Clause 52.212-1 cited below and technical information required by FAR 52.211-6 or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sept 2006) and FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) Alternate I (Apr 2002). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/, locate the reference clause, copy and paste it to a Word document and complete FAR provision. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted and current, you are only required to submit a signed copy of section (l) of FAR Clause 52.212-3 in place of FAR 52.212-3. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.247-34, FOB Destination (Nov 1991); DFARs 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); DFARS 252.212-7000 Offeror Representation and Certifications Commercial Items (Jun 2005); and FAR 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1 ( OCT 1994); FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-8, Utilization of Small business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3); 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 (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 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 (Sept 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.232-36, Payment by Third Party (May 1999); FAR 52 233-3, Protest after award (AUG 1999); FAR 233-4 Applicable Law for Breach of Contract Claim (2004) (Pub. L., 108-78); DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), specifically FAR 52.203-3 Gratuities (Apr 1984) (U.S.C. 2207); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); DFARS 243-7002, Requests for Equitable Adjustment (Mar 1998)(U.S.C. 2410); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); DFARS 252.211-7003, Item Identification and Valuation (AUG 2008); DFARS 252.232-7010, Levies on Contract Payments (DEC 2006); and FAR 52.219-28, Post-Award Small Business Program Representation (APRIL 2009). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the address listed below or fax (928) 328-6849. See FebBizOps Note 1. Salient Physical Characteristics Replacement Car Wash: Requirements; replacement of existing car wash. Will use existing blower/dryer. Fully Automatic Soft Touch Car Wash System: All stainless steel construction using soft touch poly foam media. Use environmentally friendly hydraulics with tank heater. Pump high volume, high pressure of at least 150 psi for spot free rinse. Galvanized track. Frame work will be all welded, bolts will not be used. Unit will be direct drive without use of chains, gear boxes or belts. Stainless steel guide rails, treadle ramps and tire stops. A variable speed hydraulic drive will be used for rinse arms to control torque and speed to minimize damage. Use of a split hub design is required on lower section to contour to curved vehicle undersides as majority of our vehicles are crew type trucks, the top will be slim to accommodate trucks and large mirrors without damage. Quick release door panels. Front and back mitters with full retract. Overhead mitter in lieu of brushes to clean tops of vehicle. Mitters retract for full or partial retract option for vehicle safety during entry/exit. On board self diagnostic computer with software to monitor car wash functions. On board rinse capability. Greaseless steel bearings. Nose scrubber. Rear jog function and mirror retract. Soap pumping station. Stop/go exterior two light package. Door and blower controls. All Electrical will be 208/230v, 3 ph,4 wire. Air pressure minimums are 5 cfm @ 100 psi. Water supply will be at least 22 GPM @ 45 psi. Will fit bay size of 36l by 16w and car sizes up to 110 width with 84 height. High pressure pumping system: Stand mounted high pressure system to include minimum 15 hp motor, 2 sets of 2 zero degree turbo nozzles with a 20 gallons per minute(GPM) capability. To includes chemical injector. Stainless steel presoak rinse arch: Stainless steel rinse/presoak arch with minimum of 16 nozzles-8-14 feet wide. Chemical injection port Treadle buzzer: buzzer that sounds when customer is on treadle, also sounds when wash cycle is complete. On board rinse conversion kit; including extra valves, manifolds etc for secondary water supply (with rinse reclaimed water) Commercial car wash detergent: Lo Ph Cleaner in 30 gal drum. Quantity of (5) each. Complete Installation of all systems and tie into users electronic kiosk for customer entry. Installation will include removal and disposal of replaced equipment. Supplier will be responsible for any freight charges. User will provide electrician and plumber for all requirements to source utility. User will provide forklift support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R09R0024/listing.html)
 
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
 
Record
SN01954302-W 20090916/090915001804-95b11e1cb5c65910d137dbc2f6c3c886 (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.