Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

38 -- Install Anti Ice System

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
132 FW/MSC, Iowa ANG, Iowa ANG, 3100 McKinley Avenue, Des Moines, IA 50321-2799
 
ZIP Code
50321-2799
 
Solicitation Number
W912LP-11-T-0045
 
Response Due
9/23/2011
 
Archive Date
11/22/2011
 
Point of Contact
Mark Nehring, 515-261-8461
 
E-Mail Address
132 FW/MSC, Iowa ANG
(mark.nehring@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 solicitation is issued under Request for Quotation (RFQ) number W912LP-11-T-0045. All proposals shall reference the RFQ number and shall be submitted by 10:30 A.M. local time (CST) on 23 September 2011. The anticipated award date is 26 September 2011. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-53 dated 4 August 2011. This is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification system code (NAICS) 333120 and the business size standard is 750 employees. Provide a sub-total for each section (I, II, and III) as listed below and a total amount. Contract line item numbers and quantities: CLIN 0001: STATEMENT OF WORK PURCHASE AND INSTALL ANTI-ICE SYSTEM I.The Contractor shall provide all labor, materials, tools, and equipment necessary to repair/replace anti ice system and accomplish the work listed below. Work includes, but not limited to: Contractor shall purchase and install Monroe 1065 gallon anti-ice system or equal. Ensure tank is constructed out of polyethylene, natural in color. Tank shall have integral legs and baffle walls, 16" manholes with lid located at the top of the tank. Gallon markings on one end of the tank. Tank will have capacity of 1000 gallon and installed on freight liner (VIN #1FVHCYBS89HAE0996). Contractor shall ensure gallon markings on one end of the tank. Contractor shall have and maintain a 3 year limited warranty. Contractor shall ensure skid is manufactured from mild steel with 3/16" longitudinal; skid is also designed for mounting of the pump valves and spray bars. Contractor shall ensure skid assembly is held into place by a tailgate latch assembly and ratchet straps. Contractor shall ensure skid is powder coated painted, adjustable 304 stainless steel center spray bar with solid stream. No adjustable nozzles, spray bar assembly is adjustable from 14 to 20 inches off the road surface, the side lane spray bars have adjustable solid stream nozzles being placed no higher than 14 to 20 inches off the road surface. Contractor shall provide 12 VDC ball valves for activation and DE activation of the selected spray bar. Closed loop flow meter rated at 100 GPM to maintain proper application rates. The 12 VDC ball valves can be controlled from within the cab to activate desired lane operation. Contractor shall ensure all major components are to be plumbed with manifold styel flanges, liquid chemical pump will be a 190 GPM centrifugal pump with a 2" suction and 1 " pressure ports. Contractor shall ensure hydraulic motor will be integral with the liquid pump, a in-line filter must be installed after the pump to protect the follow meter, nozzles and valves. Contractor shall ensure system will be capable of self loading liquids from a ground based tank or mobile nurse tank, 3 lane capability. Contractor shall ensure Raven DLA-336 ground speed controller mounted in the cab, wiring harness, new electric valve section mounted on the hydraulic valve, hoses, and are installed completely. Contractor shall ensure self loading leg kit made from mild steel powder coated is added. Contractor shall ensure skid frame is made from stainless steel is added. Contractor shall ensure loading stainless steel leg kit is added. Contractor shall ensure mount ladder assembly made from mild steel is added. Contractor shall ensure stainless steel ladder is added. Contractor shall work the hours of operation of 7:30am to 4:30pm M-F while on the 132nd FW facility. II.The Contractor shall provide all labor, materials, tools, and equipment necessary to repair/replace tandem axle truck and accomplish the work listed below. Work includes, but not limited to: Contractor shall purchase and install a Monroe MP41R-121SCT steel snow plow or equal on 10 ton freight liner (VIN #1FVHCYBS89HAE0996). Contractor shall use a compression spring trip mechanism, 41" tall moldboard; 12' in length, integral moldboard adds a "J" shape to the moldboard. Contractor shall ensure simple three position adjustment for plow cutting edge attack angle. Contractor shall have 100% continuous welded construction, six " flame cut one piece tapered ribs, 5/8 "x 8" cutting edge. Contractor shall ensure level-lift pick up system keeps flow parallel to road surface at all times. Contractor shall ensure heavy duty reversing semicircle is 3-1/2"x3-1/2"x1/2", heavy duty 4 point hinge push frame, two double acting 3"x10" reversing cylinders with adjustable chevron packing, cross-over relief valve, oscillating swivel bar allows plow to follow road contours. Contractor shall ensure plow and mount are shot blasted, acid washed and powder coated minimum of 3 mils thick (standard color is orange plow and black mount) 10 gauge moldboard. Contractor shall reinforce and extend frame as necessary for proper chassis strength and safe operation of plow. Contractor shall screw adjustable pneumatic foamed filled 16" wheel assembly. Contractor shall use 3 spool valve stack (dump body up/down, plow up/down, and plow angle), morse cables, and single lever 4-way joystick for plow and dump control mounted on stand inside cab. Contractor shall use 20 gallon reservoir with sight gauge and return line filter, hose to front for plow with quick couplers. Contractor shall use auxiliary plow lights mounted on hood with switch in cab. Contractor shall work the hours of operation of 7:30am to 4:30pm M-F while on the 132nd FW facility. III.The Contractor shall provide all labor, materials, tools, and equipment necessary to remove and install spreader and accomplish the work listed below. Work includes, but not limited to: Contractor shall remove all aluminum sander and all components to operate from 10 ton Osh Kosh (VIN #10T2COBA5P1046333) and install on 5 Ton Chevrolet (VIN # 1GBM7C1C05F3377) with components to operate properly. Contractor shall remove hydraulic valve, install power beyond cover to valve for sander, re-install and hose up valve. Contractor shall install dual flow control sander in the cab mounted on a steel tower. Contractor shall install all new aluminum on top of the frame, and add (2) stop/turn tail lights on the back of the sander mounted in stainless steel boxes. Contractor shall install stainless steel cab shield on the front of the sander. Contractor shall re-wire all lighting new and existing. Contractor shall add new hydraulic hoses. Contractor shall remove dump box and will need the dump box and hydraulic lift and everything removed returned to us, including all parts that are saved. Contractor shall work the hours of operation of 7:30am to 4:30pm M-F while on the 132nd FW facility. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be the Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. The following evaluation factors will be used to evaluate quotes received: Technical Capabilities and Price. Technical Capabilities will be slightly more important than price. The Government intends to evaluate proposals and award a contract without discussions; therefore, offerors initial proposal should contain the offerors best terms from a technical and price standpoint. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted via e-mail to the address listed at the bottom of this solicitation. Offerors are requested to submit questions no later than 1:00 P.M. local time (CST) on 19 September 2011. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clause is incorporated by reference: 52.233-3, Protest after Award. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). It is mandatory that invoicing is done via Wide Area Workflow (WAWF / Electronically) Due to time constraints for this project, offers must be submitted by either fax or e-mail. Contact information is listed below: You may fax your offer to us at fax number: 515-261-8460 or you can e-mail it to the below individuals: TSgt Mark J. Nehring at mark.nehring@ang.af.mil 515-261-8461 TSgt Daniel J. Torrence at daniel.torrence@ang.af.mil 515-261-8463 Offers are due at or before 10:30 A.M. local time (CST) on 23 September 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-1/W912LP-11-T-0045/listing.html)
 
Place of Performance
Address: 132 FW/MSC, Iowa ANG Iowa ANG, 3100 McKinley Avenue Des Moines IA
Zip Code: 50321-2799
 
Record
SN02574851-W 20110915/110914001022-22382b63428809c7445821ac169e5b1c (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.