Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

49 -- Vehicle maintenance overhead lubrication dispensing system.

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S709T0466
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
David Westall, 573-596-0252
 
E-Mail Address
ACA, Maneuver Support Center and Fort Leonard Wood
(david.westall@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-09-T-0466 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-3 19 July 2009. Line Item 0001: Overhead Lubrication System; The overhead lube system shall be capable of dispensing 15W40, DEX III, 80W90, 10W and Anti-freeze. The system shall be overhead mount with hose reels being available at every other bay (one set of reels per two maintenance bays). The system shall be compliant with Occupational Safety and Heath guidelines and all federal and state environmental regulations. "Furnish and install ten (10) 15W40 oil reels with 20' delivery hoses and electronic meters and two (20 oil reels with 75' delivery hose and electronic meters. "Furnish and install one (1) 12:1 pump in existing tank "Furnish and install ten (10) DEX III oil reels with 50' delivery hoses and electronic meter and two (2) reels with 75' hose and electronic meters. "Furnish and install one (1) 12:1 pump in existing tank. "Furnish and install ten (10) 80W90 oil reels with 50' delivery hoses and control handle and two (2) reels with 75' hose and control handle. "Furnish and install one (1) 12:1 pump in existing tank. "Furnish and install ten (10) AF reels with 50'delivery hoses and control valves and two (2) reels with 75' delivery hoses and control valves. "Furnish and install one (1) AF 1:1 diaphragm pump using existing tank. "Furnish and install ten (10) 10W oil reels with 50' delivery hose and electronic meters and one (1) with 75' delivery hose and electronic meter. "Furnish and install one (1) 12:1 pump in existing tank. "Furnish and install two (2) air solenoid valves in pump locations and on/off switch in shop office. "All piping will be 1 1/2 inch LP steel tubing. "120V outlet for solenoid switches to be supplied by customer. "Low voltage wiring for solenoids to be installed by contractor. "Welding reels bracket to support beams will be required of the contractor. Bay information: "115' W x 432' L "45 Bays "Fluids to be used: o15W40 oDextron III o80W90 o10W A drawing of the building that the system is to be installed in is located at Exhibit 1 as an attachment to this combined/synopsis solicitation. A Site Visit will be held on 22 September 2009 to allow potential vendors to inspect the installation location of the overhead lubrication syste. The Site Visit will be at 10:00am at the MICC-DOC FLW offices located at 561 Iowa Ave., Ft. Leonard Wood MO. FAR 52.237-1 is incorporated into this combined/synopsis solicitation. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regula tion Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.214-35 Submission of Offers in US Currency; FAR 52.214-34 Submission of Offers in The English Language; FAR 52.219-28 Post-Award Small Business Program Rerepresentation,, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.225-7021 Trade Agreements; DFARS 252.225-7020 Trade Agreements Certificate; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 01:00pm Central Daylight Time on 28 September 2009. Quotes shall be submitted via e-mail to david.westall@us.army.mil. or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: David Westall; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-09-T-0466 in the subject line. The point of contact for this solicitation is David Westall, Contract Specialist; phone (573) 596-0252 (collect call will not be accepted) or via e-mail at david.westall@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ23/W911S709T0466/listing.html)
 
Place of Performance
Address: ACA, Maneuver Support Center and Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN01964613-W 20090923/090922001643-b4ffc14bc0ca3be8264dc2684f7f1d43 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.