Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

54 -- 1,000 Gallon fuel tanks (2) with pump and installation

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-15-T-0014
 
Response Due
9/3/2015
 
Archive Date
11/1/2015
 
Point of Contact
Christopher J. Field, 207-430-5930
 
E-Mail Address
USPFO for Maine
(christopher.j.field.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
2 SEP 2015 - Amendment - Extends due date and time to 3 SEP 2015 at 4PM Eastern Time. 24 AUG 2015 Amendment - Summary of changes: changed quantity from one (1) to two (2) tanks with different delivery locations (see paragraph vi below). Questions posed to the government as well as revised specifications and statement of work are available in the quote mark Additional Documentation quote mark link at the bottom of this page. Vendors are requested to acknowledge their consideration of the revised specifications and answers to vendor posed questions. In cases of conflict between specifications and the Government response document to vendor questions, the response document shall take precedence. In consideration of the amendments, the quote due date has been extended. Quotes are now due NO LATER THAN 12:00 PM, WEDNESDAY, 2 SEPTEMBER 2015. ----------------------------------- 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. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotes (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number W912JD-15-T-0014. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This requirement is a 100% set-aside for Small Business. The applicable NAICS code is 332420 with a small business size standard of 500 employees. The non-manufacturer rule applies to this acquisition in accordance with SBA class waiver effective May 12, 2006. (v) Contract Line Item Numbers (CLINs) CLIN 0001: Quantity 2 - 1,000 Gallon double wall, above ground, fuel storage tank with installation. (vi) Description of requirement: Produce 2 1,000 gallon skid-mounted fuel tanks and deliver one to Augusta, ME without installation and one tank to Waterville, ME with installation and testing. Quotes shall include tanks, pumps, nozzles, hoses, suction pipes, electrical tie ins and any other item necessary for a complete system. Vendor shall install and test system completely for the Waterville location. The Fuel tank pad is 10 feet x 20 feet designed to hold 2 tanks side by side, one now and one possibly in the future. Pad is not poured yet and final drawings must indicate pump location on tank and the electrical connection location to position the AC feed on the pad. Fuel tank length shall be less than 8 feet. Delivery Locations: USPFO Warehouse, 194 Winthrop St, Augusta ME 04333-0032 (no installation) 74 Drummond Ave, Waterville, ME 04901 (with installation and testing) To be considered responsive, vendors shall submit quotes with appropriate product literature describing the proposed trailer configuration and highlight significant deviations from statement of work. (vii) Please specify the approximate time it will take to produce deliver the equipment upon approval of final layout. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. (ix)The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Quotes will be evaluated on price, ability to meet specifications and delivery/installation schedule. The Government reserves the right to negotiate with the vendor(s) determined to provide the best value to the Government in terms of technical specifications and initial quoted price. (x) The provisions at FAR52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or complete the annual representations and certifications at the System for Award Management (SAM) website. SAM must be current at time of Award. If SAM is not current at time of award, to include annual Representations and Certifications, quote will be considered non-responsive. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-36 Equal Opportunity for Workers with Disabilities 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.217-5 Evaluation of Options 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) 252.203-7999 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7001 Buy American and Balance of Payments Program 252.225-7031 Secondary Arab Boycott of Israel 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.225-7036 Alt. I Buy American-Free Trade Agreements-Balance of Payments Program (Alternate I) THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT - SEE ATTACHED FULL TEXT CLAUSES AND PROVISIONS DOCUMENT: 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.209-7992 (DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION) 252.225-7000 Buy American - Balance of Payments Program Certificate 252.232-7006 (Local) Deviation quote mark Wide Area Workflow Payment Instructions 252.225-7035 Alt. I Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate I) 252.211-7003 Item Unique Identification and Valuation (xiv) DPAS Rating does not apply to this acquisition. (xv) Proposals are required to be received NO LATER THAN 4:00 PM, THURSDAY, 3 SEPTEMBER 2015. All quotes must be emailed to christopher.j.field.mil@mail.mil. Please follow-up quote submission with a phone call if quote submission is not confirmed by email. Please make all quotes valid through 30 September 2015. (xvi) Direct your questions to Chris Field at (207) 430-5930 or e-mail address christopher.j.field.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-15-T-0014/listing.html)
 
Record
SN03868955-W 20150904/150903000627-03c37fd35bf40da1237760bb44a1113b (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.