Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

54 -- Double Walled Aluminum Aviation Fuel Storage Tank

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE 1011 E TUDOR ROAD ANCHORAGE AK 99503-6199 US
 
ZIP Code
00000
 
Solicitation Number
140F0718Q0034
 
Response Due
7/20/2018
 
Archive Date
8/4/2018
 
Point of Contact
Kuntz, Anthony
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140F0718Q0034. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #05-99, effective Jun 15, 2018. This requirement is set aside for small businesses. The North American Industrial Classification System (NAICS) number is 332420, Storage Tanks and the business size standard is 750 Employees. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The U.S. Fish and Wildlife Service is requesting quotes to purchase a double walled aluminum aviation fuel storage tank with the following specifications: 1)The tank shall newly constructed, double-walled, aluminum. 2)The tank shall have a nominal capacity of 1,000 gallons. 3)The tank shall be cylindrical in shape and permanently mounted on skids. Skids shall extend 6 inches past the tank length on each side. 4)The tank shall be in a horizontal orientation. 5)The tank shall have a bolt-on ladder on one end that is removable for shipping. The ladder shall be OSHA approved and shall comply with the construction requirements in accordance with the current edition of Occupational Safety and Health Standards, Title 29 of the Code of Federal Regulations, Part 1910, Subpart D, Section 1910.27 - Fixed Ladders. Ladders shall support a static load of 1000 pounds 6)The tank/skid assembly shall be provided with adequate lifting/tie-down lugs or holes of sufficient capacity to lift the empty assembly and to tie down a fully loaded tank. 7)Tank ports shall be installed on top of the tank as follows: (for reference end A of the tank will be the end where the stairs attach, and end B will be the opposite end). All ports shall be nominal size National Pipe Taper (NPT) threads. Ports may be bosses with female threads or stubs with male threads. a.One 2 ¿ port on each end of the tank located not greater than 4 ¿ from the end of the tank in the primary tank. These ports shall be capped or plugged with appropriately sized non-ferrous materials. b.One 2 ¿ suction port located near the B end of the tank. c.One 4 ¿ fill port located at least 12 ¿ from any other port. d.One 2 ¿ fuel gauge port. e.One 2 ¿ interstitial inspection port. This port shall be capped or plugged with appropriately sized non-ferrous material. f.One 2 ¿ normal vent port for the primary tank. g.One 6 ¿ emergency vent port for the primary tank. h.One 6 ¿ emergency vent port for secondary tank. i.One 2 ¿ spare port for the secondary tank. This port shall be capped or plugged with appropriately sized non-ferrous material. 8)The tank assembly shall have permanently attached a manufacturer ¿s nameplate stating at a minimum manufacturer ¿s name, location, date of manufacture, tank capacity, and any other specifications as appropriate. 9)Tank markings shall be provided in letters no less than 4 ¿ in height on each side as follows: a. ¿No Smoking ¿ b. ¿1000 Gallons ¿ c. ¿Aviation Fuel ¿ Delivery: Delivery shall be made to Alaska Peninsula/Becharof National Wildlife Refuge headquarters, 4 Bear Road, PO Box 277, King Salmon, Alaska 99613. The basis for award is Best Value to the government. Organization to be supported: U.S. Fish and Wildlife Service, Region 7 Alaska Peninsula/Becharof National Wildlife Refuge King Salmon, AK 99613 Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 5:00 pm Eastern Time, 07/20/2018, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd M/S171, Anchorage, AK. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. It is preferable that quotes are emailed, however quotes may be mailed, e-mailed or faxed to the attention of: anthony_kuntz@fws.gov. Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation. The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Quotes received from firms not registered in SAM by the closing date of the solicitation will not be considered. Additional document information and attachments can be accessed at the FedConnect link under the (Additional Info) heading. Click (Public Opportunities) and search by using the reference number 140F0718Q0034 to find any documents related to this requirement. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tony Kuntz via email: anthony_kuntz@fws.gov or telephone: (907) 786-3436.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0718Q0034/listing.html)
 
Record
SN04986598-W 20180713/180711230850-0dca7315065a01a2b3056b1788eb1637 (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.