Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

49 -- Industrial Parts Washers

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
144 FW/MSC, 5323 East McKinley Avenue, Fresno ANG Base, Fresno, CA 93727-2199
 
ZIP Code
93727-2199
 
Solicitation Number
W912LA-11-R-6010
 
Response Due
9/29/2011
 
Archive Date
11/28/2011
 
Point of Contact
Charles Dutkevitch, 5594545129
 
E-Mail Address
144 FW/MSC
(charles.dutkevitch@ang.af.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. Quotations are being requested and a written solicitation WILL NOT be issued. The solicitation is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 31 May 2011. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 423830. The small business size standard for this NAICS code is 100 employees. The 144th Fighter Wing,CA ANGB has a requirement to purchase of two Industrial Parts Washers. All equipment and parts requested in this quote are to be brand new, never used. Scope of Requirement: 1.Renegade,TMB 8100, 110 Volt Single Phase, 11 Gauge Steel Cabinet, LOW Fluid SHUT OFF WITH ALARM, 21" X 33" WORKING AREA (1 EA) 2.Renegade, TMB 8000 Stretch SS, 304 Stainless Steel Cabinet & Lid, (wetted surfaces only), 220 volt 1 phase, 7.5 Pump, 11 Gauge Steel Cabinet, LOW WATER SHUT OFF WITH ALARM, OIL SKIMMER WITH 7 DAY TIMER, 7 DAY HEAT TIMER, 21" X 60" WORKING AREA, Washer Accessory Basket, Washer Tree, Washer Small Parts Baskets (1EA) In addition to the above requirements, the parts washers must also meet the following San Joaquin Valley Air Pollution Control District Conditions: Explosion Proof Pump, Safety Interlock Switch, Expansion Bladder to contain vapors during cleaning cycle, Barrier between chemical holding tank and spray zone that automatically closes upon completion of wash cycle, A magnetic pressure gauge to indicate differential pressure between the internal of the machine and atmospheric pressure. No air contaminant shall be discharged into the atmosphere for a period or periods aggregating more than three minutes in any one hour which is as dark as, or darker than, Ringelmann 1 or 20% opacity.[District Rule 4101] No air contaminant shall be released into the atmosphere which causes a public nuisance. [District Rule 4102] An operator shall operate and maintain the degreaser equipment in proper working order. [District Rule 4662] An operator shall not remove or open any device designed to cover the solvent unless processing work in the degreaser or performing maintenance on the degreaser [District Rule 4662]. A differential pressure gauge shall be installed to indicate the sealed chamber pressure. [District Rule 4662] An operator shall not degrease porous or absorbent materials such as cloth, leather, wood, or rope. [District Rule 4662] An operator shall, upon detection of a solvent leak, repair the solvent leak immediately, or shut down and drain the degreaser. [District Rule 4662] IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they are an authorized distributor and or wholesaler for all the above items requested. All qualified sources may submit a response, which if timely received, will be considered by this agency. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government posting this RFQ. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A completed copy of the provision, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) should be included with the offer. Offerors are required to submit on-line Reps & Certs (see https://orca.bpn.gov/). The following provisions/clauses are incorporated: 52.252-2, Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items;52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.219-6, Notice of Small Business Set-Aside; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition; 252.225-7000, Buy American Act-Balance of Payments program Certificate. The following clauses are incorporated: 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.211-7003, Item Identification and Valuation; 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Shipping must indicate FOB Destination/Origin to: 144th FW/MXS Fresno, CA 93727-2197. Quotes must include the following items listed within the quote and can be emailed to the following individual: Quote MUST be valid for 60 calendar days after date of submission. Availability of shipment based on date of award Simplified Acquisition Procedures will be utilized. All vendors MUST have a publicly visible registration in the Central Contractor Registration (CCR). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. All responsible business firms must respond in writing prior to 10:00 AM 29th September, 2011 to 144th FW/MSC, Contracting Office, 5323 E. McKinley Ave, Fresno, CA 93727-2197. Email to charles.dutkevitch@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-1/W912LA-11-R-6010/listing.html)
 
Place of Performance
Address: 144 FW/MSC 5323 East McKinley Avenue, Fresno ANG Base Fresno CA
Zip Code: 93727-2199
 
Record
SN02553019-W 20110831/110829234915-7b6bce16f7b6fa1d8c519769773862a9 (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.