Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

49 -- Ultrasonic Cleaning Tanks

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-10076898
 
Response Due
8/11/2011
 
Archive Date
10/10/2011
 
Point of Contact
Lilia Wood, 270-798-6068
 
E-Mail Address
MICC - Fort Campbell
(lilia.wood@us.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. Restrictions: Solicitation Number W9148-10076898 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 05 Aug 2011. This requirement is set-aside for small business and only qualified offerors may submit quotes. NAICS is 335999; small business size standard is 500 employees CLIN 0001 - Ultrasonic Cleaning Tanks QUANTITY: 6 Description - Ultrasonic Cleaning Tanks, approximately 100 US gallon/316 L, with interior dimensions 48" W x 24" L x 22" D minimum and at least 20" liquid depth; external dimensions approximately 57" W x 32" L x 32" D; minimum 12 gauge stainless steel, polished, with stainless steel lift-off cover(s); self-contained/does not require being permanently connected to a water supply; non-rusting metal fill and drain connections. Piezoelectric or magnetostrictive transducers with an operating frequency in the range of 25 - 30 Hz, attached to the tank, with ultrasonic on/off switch; 12,000 Watt immersion tank heaters, 240V, 3 phase, 36 Amp maximum, UL approved control panel with adjustable heat and on/off switch, NEMA 15-50P, 10' long cord; low liquid level safety for heat and ultrasonic cleaning. Submit data sheet, diagram and/or photos with quote. CLIN 0002- Power Supplies QUANTITY: 6 Description - Power supply/-ies in sufficient quantity to power Ultrasonic Cleaning Tanks above (e.g. - if two are required per tank, please quote a pair as one). Power supply to adjust for specific tank load while maintaining optimum operating frequency with variable temperature, liquid depth, chemical viscosity, size and weight loads. Sweep frequency to minimize standing waves; variable power control; control panel; FCC part 18 compliant. Submit data sheet/specifications, diagram and/or photos with quote. CLIN 0003- Mesh Basket QUANTITY: 6 Description - Sized for maximum space usage of Ultrasonic Cleaning Tank. Submit data sheet, diagram and/or photos with quote. CLIN 0004- Freight Charge QUANTITY: 1 Description - FOB Destination to Fort Campbell, Kentucky, zip code 42223, with delivery 60 days after award. New Equipment Only. No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offerors shall submit the following documents with quote: data sheets, diagrams and/or photos; completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications-Commercial Items OR a statement that Representations and Certifications are available at the ORCA website. Quotes received without required supporting documentation will be rejected and will not be considered. The following FAR provisions and clauses are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items with paragraphs (d), (e), (h), and (i) deleted; 52.212-2 Evaluation - Commercial Items. The following technical factors shall be used to evaluate offers: 1. Size of the tank to accommodate equipment being cleaned without being so large as to require more space or cleaning fluid. 2. Deployability of equipment - size, sturdiness, self-containment, and power requirements. Basis for award will be lowest price, technically acceptable. 52.212-3 ALT I Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items with the following clauses selected in section (b) - 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First -Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post award Small Business Program Representation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-40 Notification of employee Rights Under the National Labor Relations Act, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer; 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated by Reference. The following DFARS provisions and clauses are incorporated by reference: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204.7003 Control of Government Personnel Work Product, 252.204.7004 Alt A Central Contractor Registration, 252.204.7008 Requirements for Contracts Involving Export-Controlled Items, 252.211-7003 Item identification and Valuation, 252.212-7001Contract terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following clauses included - 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officals, 252.225.7012 Preference for Certain Domestic Commodities, 252.225-7036 ALT I Buy American - Free Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. Facsimile quotes are not acceptable, please email quotes to margaret.maine@us.army.mil. Our mailing address is Mission and Installation Contracting Command, Installation Contracting Office, 2172 13 Street, Fort Campbell, Kentucky, 42223-5355. Questions concerning this acquisition can be directed to Margaret Maine (270) 798-7823, margaret.maine@us.army.mil or June Schiewe (270) 798-3441; lindaj.fletcherschiewe@us.army.mil. Offers are due not later than 11 August 2011 16:00 CST. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 11 August 2011 16:00 CST will be rejected and not considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfddb8025a9840c8f9e1d7485f0f2263)
 
Place of Performance
Address: MICC ICO-Fort Campbell 2172 13 1/2 Street Fort Campbell KY
Zip Code: 42223-5355
 
Record
SN02524531-W 20110807/110805235812-dfddb8025a9840c8f9e1d7485f0f2263 (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.