Federal Bid

Last Updated on 21 Jun 2011 at 8 AM
Combined Synopsis/Solicitation
Indianapolis Indiana

49--This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable.

Solicitation ID W912L911T001201
Posted Date 17 Mar 2011 at 5 PM
Archive Date 21 Jun 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7m7 Uspfo Activity In Arng
Agency Department Of Defense
Location Indianapolis Indiana United states 46241
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912L9-11-T-0012 and is issued as an Request for Quotes (RFQ), unless otherwise indicated herein. For this solicitation, Indiana National Guard is requesting quotes for 18 machine part washers. The specifications must meet or exceed the Safety-Kleen Model 260. Parts Washers shall be new equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and have a service agreement. Quotes MUST be good for at least 30 calendar days after close of solicitation date.
If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.

Delivery location for these items:
USPFO Warehouse
2002 South Holt Road
Indianapolis, IN 46241
Attn: Rusty Pearce
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 45 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 45 - 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, This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor's online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award; 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): 52.2198-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, 52.239-1. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.

NOTICE OF AWARD: A formal document sign by a Contracting Officer will be issued to the Awardee via email notification. The contract must be signed and return signifying confirmation of reciept and acceptance of the contract.
Bid Protests Not Available

Similar Opportunities

Arkansas 14 Jul 2025 at 7 PM
Washington District of columbia 30 Sep 2025 at 4 AM (estimated)
REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL AND GREEN SPACE REDEVELOPMENT AT CITY HALL PARKING DECK Documents will be available starting on 6/16/2025 electronically from [email protected] The City of Holyoke is soliciting sealed proposals from qualified professional engineering and design consulting firms to provide comprehensive services related to the demolition of the City Hall Parking Deck and redevelopment of the site into a landscaped green space or public park. This project will implement "Alternative 3" as identified in the Conditions Assessment Report prepared by Tighe & Bond in February 2025 (Attachment A). The selected firm will deliver services spanning site evaluation, schematic design, final design, permitting, cost estimating, bidding, hazardous materials coordination, and construction supervision. This is a fee-based contract, and proposals will be evaluated based on qualifications, project approach, and cost. Scope of Services is to include but not limited to; Existing Conditions and Site Evaluation, Schematic and Final Design, Permitting & Documentation, Bidding Assistance, Construction Phase Services. 6/25/2025 Pre-Response Site Visit & Meeting (10:00 AM) at City Hall Parking Deck, 536 Dwight Street, Holyoke, MA 01040 (Not Mandatory). Proposals must be submitted in 2 separate envelopes, one clearly marked "technical proposal RFP 2025-44DPW" and one clearly marked "Price Proposal" . Proposals will be accepted until July 22, 2025 @ 2PM. Which will then be reviewed by a committee for the most Advantageous Proposal. The city reserves the right to reject any and all proposals. No electronic submissions allowed.
Holyoke Massachusetts 22 Jul 2025 at 6 PM