Federal Bid

Last Updated on 05 Oct 2012 at 8 AM
Combined Synopsis/Solicitation
Tracy California

Aerospace Ground Equipment Service Cart

Solicitation ID F1C2MX1217A003_AGE_SERVICE_CART_TAITANO
Posted Date 18 Sep 2012 at 7 AM
Archive Date 05 Oct 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5240 36 Cons Lgc
Agency Department Of Defense
Location Tracy California United states
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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C2MX1217A003, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This procurement is a small business set-aside in accordance with FAR 19.203. The NAICS code is 332420 and the small business size standard is 500 employees.

The following commercial item is requested in this solicitation:

CLIN 0001 (Quantity: 1 EA): AEROSPACE GROUND EQUIPMENT (AGE) SERVICING CART --- Furnish a mobile servicing cart to assist the 36th Maitenance Squadron in servicing and defueling equipment with fuel, lubcricants and air for tires/receivers on the aircraft ramp. Mobile servicing cart must be BRAND NAME OR EQUAL to AGE Service Cart, Model No. 600S-12V, and meet the following specifications to enhance, support and fulfill 36 MXS mission capabilities:

• 600-gallon tank that is double-walled to self-contain potential leaks is preferred;
• Capability to filter fuel to remove contaminates during defueling operations prior to returning into tank;
• Trailer assembly require brakes to prevent potential movement and safety while on airfield;
• Trailer assembly should be battery-operated with capability of charging the battery by solar cells or some other charging capability;
• Recommend unit has an "stop/kill" switch to shut down operations in emergency situations;
• Exterior paint should be gray (Air Force standard) (powder-coated is preferred due to local high humidity climate);
• At minimum, require decals on sides to read "No smoking or open flame permitted within 50 feet" in red lettering for safety measures;
• Fuel tank would require a drain/sampling port to remove contaminants and water for cleaning purposes;
• Recommend unit has a fuel meter to track operator usage;
• At minimum, a 25' fuel hose for servicing and defueling equipment;
• To prevent static build up during fueling/defueling operations, a grounding reel is required;
• Storage for personal protective equipment and lubrication containers would be beneficial;
• During hours of darkness, bright lighting that is resistance to fuel vapors is required;
• With the environment in mind, a spill kit to clean spills such as oil base lubricants and fuel is highly recommended;
• At least one fire extinguisher should be mounted for potential fires;
• A lockable filling port and fuel handle for security and contamination purposes;
• An air tank to supply at minimum, 125 psi air for servicing tires and receivers with an air hose that is 25' in length; and
• Mandatory that the unit has a lunette for towing purposes.

Quotations should include PRODUCT LITERATURE & PROPOSED DELIVERY SCHEDULE with shipment to:

36 MAINTENANCE GROUP
UNIT 14012
BUILDING 18006
ANDERSEN AIR FORCE BASE, 96543-4012

AND/OR

TRACY DEPOT
CCP WHSE. 30
25600 SOUTH CHRISMAN ROAD
TRACY, CA 95376-5000

Place of contract performance is Andersen AFB, Yigo, Guam 96929.

Award will be made to the offeror whose proposal is determined to be the lowest price technically acceptable (LPTA).

The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clauses at FAR 52.211-6 Brand Name or Equal; 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; FAR 52.219-6 Notice of Total Small Business Set-Aside and FAR 52.204-7 Central Contractor Registration. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.211-7003, Item Identification and Valuation. The Government reserves the right to award on a multiple award or an all or none basis. Firms must be registered in the Central Contractor Registration database @ www.acquisition.gov and shall be considered for award. Send quotes to Audreya J.P. Taitano at e-mail [email protected] AND Lorie Aguon at [email protected]. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by SEPTEMBER 20, 2012, 4:30pm, Eastern Standard Time.

 

Bid Protests Not Available

Similar Past Bids

Chicago Illinois 14 Mar 2012 at 12 AM
Location Unknown 18 Sep 2012 at 7 AM
Location Unknown 15 Aug 2012 at 3 AM
Yigo Guam 09 May 2012 at 2 AM
Yigo Guam 18 May 2012 at 3 AM