SOLICITATION NOTICE
49 -- Ultrasonic Cleaning Tanks
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124812R0009
- Response Due
- 5/17/2012
- Archive Date
- 7/16/2012
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
MICC - Fort Campbell
(salonda.m.ozier@us.army.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, W91248-12-R-0009, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 333319 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation; Item 0001 -100 gallon Industrial Ultrasonic Cleaning Tanks - self-contained, 12 gauge stainless steel, polished, with two stainless steel lift-off covers; stainless steel fill connection.5" NPT, stainless steel drain connection 1" NPT; Internal dimensions 24"L x 48"W x 22"H minimum, External Dimensions 32" L x 57"W x 32"H (approximately), 20" liquid depth; Piezoelectric transducers, 25kHz operating frequency; 12,000 Watt immersion tank heaters, 10' cord, 240 Volt, 3 phase, 36 amps; low liquid level safety for heat and ultrasonic; adjustable thermostat off/on switch; ultrasonic off/on switch. Quantity 6 each. Item 0002 -operating frequency 25Hz, voltage range 208-230, single power phase, 60Hz, 11 amps with high sweep rate and band width, variable power control from 20-100%, control panel, CSA certified FCC part 18 complaint. Quantity 12 each Item 0003 - compatible mesh basket. Quantity 6 each Items shall be received 30 Days ADC, FOB DESTINATION IS FORT CAMPBELL, KENTUCKY 42223 The provision at 52.212-1, Instructions to Offerors - Commercial Items, is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract Fill-in information, "firm fixed-price"); 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.233-4 Applicable Law for Breach of Contract Claim; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; and 252.243-7002 Requests for Equitable Adjustment. The provision at 52.212-2 Evaluation- Commercial Items is applicable; evaluation factors are Past Performance and Price. Past Performance is slightly more important than price. The Government intends to make award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit the following documents with offers: Completed Offer Schedule; Completed copy of FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications-Commercial Items or a statement that Representations and Certifications are available at the ORCA website; financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.252-2 Clauses Incorporated by References; 52.203-6 Restrictions on Subcontractor Sales to the Government; 252.201-7000 Contracting Officer's Representative; 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 252.204-7003 Disclosure of Information; 252.204-7004 Required Central Contractor Registration; 252.242-7000 Post Award Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Debarred, Suspended, or Proposed Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8 Utilization of Small Businesses; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Works with Disabilities; 52.222-37 Employment Reports Veterans; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-54 Employment Eligibility Verification; 52.222-41 Service Contract Act of 1965; 52.222-44 Fair Labor Standards Act and Service Contract Act- Price Adjustment. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.203-7003 Agency Office of the Inspector General; 252.232-7003 Electronic Submission of Payment Requests; and 252.243-7002 Requests for Equitable Adjustment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc8b1c8f5889ee7084748690731e08d3)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN02744335-W 20120512/120510234940-fc8b1c8f5889ee7084748690731e08d3 (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 |