Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOLICITATION NOTICE

36 -- Same or Similiar to PM-1000 Automatic Bio-remmediation system for Waste Water Treatment.

Notice Date
3/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-10-T-0062
 
Response Due
4/5/2010
 
Archive Date
6/4/2010
 
Point of Contact
rodger.young, 703-428-0158
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(rodger.young@conus.army.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 Subpart 12.6, 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 solicitation number W91WAW-10-T-0062 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This is a 100% Small Business Set-Aside acquisition for Fed Biz Ops. The North American Industry Classification System (NAICS) code for this project is 423830 with a size standard of 100 Employees. Please Note: The SF 1449 Solicitation (for signature) as an Attachment to this solicitation in FedBizOps. If unable to retrieve please contact the Sr. Contract Specialist below for further assistance. Please make reference to the solicitation number in all correspondence. Item Description/ Unit/Qty Unit: 0001. Basic Requirement: Same or Similar to PM-1000 Automatic Bio-remediation system, manufactured by Mchenry. The replacement systems shall provide; automatic metering of bad bacteria, and odor reduction, and provide protection to the Treatment Operator from pathogens and bad bacteria. The system should be complete with a circulation pump with the capacity of a 24 Grams per day ozone generator. The systems should also have a PH level monitoring and adjusting component capable of circulation in the 6.5-8 range, and should include an electronic monitoring system with digital readout and an automatic dosing pump to apply PH adjustment chemicals. The systems will come with necessary maintenance personnel for installation, and hardware for installation to include, PVC piping, fittings, and hose connections for proper installation. Possible sources are the McHenry, and Water Maze systems. Delivery will be to Arlington National Cemetery, Facilities Office, and Arlington VA 22211-5003. 0002. Natural gas fired, High Pressure Washer Replacement high pressure washer. The replacement unit shall be a natural gas fired unit complete with timer shutdown system, and a 24 volt remote control activation system. Also, should have the following capabilities: 4.2GPM@2000PSI, with hot water adjustment, with belt-driven Pump and Motor. The replacement high pressure washer should be; same or similar to the McHenry MCHEG-2004-OE2GD. Delivery will be to Arlington National Cemetery, Facilities Office, and Arlington VA 22211-5003. Estimated Delivery Time: ____________ FOB: _____________ 0001. Unit Price $ ___________ Total Price $_____________________ 0002. Unit Price $ ___________ Total Price $_____________________ Ship to address: Mr. Warren Speight Arlington National Cemetery, Administration Building Arlington, VA 22211-5003 Phone: (703) 607-8206, Email. Warren.speight@army.mil Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFP due date: April 15, 2010 RFP due time: 4:000 pm Eastern Standard Time Fax RFQ to 703-428-1420, Attn Rodger O. Young, Sr. Contract Specialist, Email: rodger.young@conus.army.mil Mail address: Army Contracting Command Attn: W91WAW-10-T-0060.Rodger O. Young 200 Stovall Street, 11Th floor, MS 11S67-37-F Alexandria, VA 22332-1800 Email quotes are not acceptable All questions regarding this solicitation must be Emailed/Faxed to Rodger O. Young. Fax to 703-428-1420, Email. Rodger.young@conus.army.mil. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offerors submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offerors Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause 52.203-6 -- Restrictions on Subcontractor Sales to the Government FAR clause 52.219-6 -- Notice of Total Small Business Set-Aside FAR clause 52.219-28 - Post-Award Small Business Program Rerepresentation FAR clause 52.222-3 -- Convict Labor FAR clause 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies FAR clause 52.222-21 -- Prohibition of Segregated Facilities FAR clause 52.222-26 -- Equal Opportunity FAR clause 52.222-36 -- Affirmative Action for Workers With Disabilities FAR clause 52.222-50 -- Combating Trafficking in Persons FAR clause 52.225-13 -- Restrictions on Certain Foreign Purchases FAR clause 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration FAR clause 52.233-3 -- Protest After Award FAR clause 52.233-4 -- Applicable Law for Breach of Contract Claim (End of Combined Sonoposis/Solicatation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e45247b8d52427d9a0a1b6eedc65641c)
 
Place of Performance
Address: Arlington National Cemetary, Administrative Building ATTN: Mr Warren Speight Arlington VA
Zip Code: 22211-5003
 
Record
SN02079745-W 20100303/100301235305-e45247b8d52427d9a0a1b6eedc65641c (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.