Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

43 -- High Pressure Washer

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
19844 Blue Ridge Mountain Road, Mount Weather, VA 20135
 
ZIP Code
20135
 
Solicitation Number
HSFE50-12-Q-0018
 
Response Due
2/13/2012
 
Archive Date
8/11/2012
 
Point of Contact
Name: Kimberly Himes, Title: Contract Specialist, Phone: 5405422226, Fax: 5405422632
 
E-Mail Address
kimberly.himes@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HSFE50-12-Q-0018 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-02-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Mt. Weather, VA 20135 The DHS Federal Emergency Management Agency requires the following items, Brand Name or Equal, to the following: LI 001, US JETTING - USJ 4018-300 HATZ SILENT PACK 3-CYLINDER DIESEL, (ALUMINIUM COMPONENT PACKAGE) SKID WITH POWER; UNIT MODEL: PULLOUT REEL; DESCRIPTION: 49 HORSEPOWER HATZ DIESEL ENGINE (AIR-COOLED); 4000 PSI 3 CYLINDER CERAMIC PLUNGER PUMP; 18 GPM MAXIMUM OUTPUT WITH STAINLESS FLUID END (MINIMUM 30 MINUTE RUN-DRY CAPACITY); 300 GALLON WATER TANK; 500 FEET OF 1/2" HOSE (16K PSI BURSTING PRESSURE); 180 DEGREE PIVOT POWER PULLOUT HOSE REEL (2" LOCKING INTERVALS); 10 FT. SAFETY COLORED LEADER HOSE; WATER FLOW BYPASS VALVE; PRESSURE RELIEF RUPTURE DISK SYSTEM; LOCKING-FREE SPIN HYDRAULIC HOSE REEL VALVE; ENCLOSED BATTERY; FLOW BYPASS VALVE; 16 GALLON ALUMINUM DIESEL FUEL STORAGE TANK; KEY START IGNITION; ANALOG PRESSURE GAUGE; ELECTRONIC LED PRESSURE GAUGE; ENGINE OIL & TEMPERATURE SAFETY SHUTDOWN SYSTEMS; 6 RUPTURE DISKS; OWNER/OPERATOR MANUAL; ONE DAY ONSITE MACHINE TRAINING; ONE (1) YEAR WARRANTY ON JETTING UNIT; TWO (2) YEAR 250 HOUR WARRANTY ON DIESEL ENGINE AND WATER PUMP; AND TWO (2) TWO YEAR LIMITED WARRANTY ON TRAILER AXLES AND WATER TANK. BRAKE SYSTEM TYPE: ELECTRIC BRAKES, 1, EA; LI 002, US JETTING - PROPANE ENGINE IN PLACE OF DIESEL ENGINE; TWO (2) YEAR 250 HOUR WARRANTY ON PROPANE ENGINE, 1, EA; LI 003, US JETTING - 35E STAINLESS "FLUSHER" NOZZLE 1F3R, 18 GPM, 1, EA; LI 004, US JETTING - 15E STAINLESS "PENETRATOR" NOZZLE 6R, 18 GPM, 1, EA; LI 005, US JETTING - 16 GALLON ALUMINUM ANTIFREEZE TANK WITH RECIRCULATION SYSTEM, 1, EA; LI 006, US JETTING - 3" TIGER TAIL (HOSE PROTECTOR) WITH CHROME HOLDER (MOUNTED), 1, EA; LI 007, US JETTING - NEMA 4 CONTROL PANEL WITH DIAGNOSTIC READOUT (LOCKABLE), 1, EA; LI 008, US JETTING - NOZZLE -- EGGHEAD (1/2") - INSERTS - 4 REAR, 4 FOWARD, 1, EA; LI 009, US JETTING - NOZZLE -- 1/2" SUPERSPIN, FLEXIBLE - 2 REAR, 1 FORWARD; SYRINGE AND OIL, 1, EA; LI 010, US JETTING - NOZZLE -- 1/2" SUPERSPIN II ROTATION NOZZLE - 2 REAR, 1 FORWARD; SYRINGE AND OIL, 1, EA; LI 011, US JETTING - INLET WATER HOSE REEL AND 100' OF HOSE, MOUNTED ON UNIT, 1, EA; LI 012, US JETTING - HYDRANT HOSE - 25 FEET OF 2", 1, EA; LI 013, US JETTING - UPPER MANHOLE ROLLER, 1, EA; LI 014, US JETTING - 14 FOOT, LOW PROFILE, INSULATED, ENCLOSED TRAILER WITH HEATER AND FRONT SHELVING., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. If offering an "Equal" product, the vendor shall provide descriptive literature,specification sheets, etc. in order to allow the Government to perform an evaluation of the proposed product. This information is required in order to determine if the proposed product will meet the Government's minimum requirements. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN THE REJECTION OF THE PROPOSED PRODUCT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE50-12-Q-0018/listing.html)
 
Place of Performance
Address: Mt. Weather, VA 20135
Zip Code: 20135-2006
 
Record
SN02670315-W 20120210/120208234810-553e00ec28ff65fee2c8c6ff8fab2fc3 (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.