This is a combined synopsis/solicitation for commercial items prepared in accordancewith 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. The solicitation
number for this procurement is F09607-01-T-0039 and is issued as a
Request for Proposal This solicitation document and incorporated provisions and
clauses are those in effect through the Federal Acquisition Circular (FAC) 97-24,
Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC)
96-4. The solicitation is 100% small business set-aside. The Standard Industrial
Classification Code is 3511. The North American Industry Classification System is
333611. The small business size is 1000. The BID SCHEDULE shall be for Line Item
#1: Hydro blaster, cleaning system with diesel engine 5 GPM 3000 PSI, oil fired, trailer
mounted system, completed self contained with 525 gallon water storage, 2 each 30
gallon soap tanks, HP, LP and soap hose reels, soap pump with gun and wand application
system, part number 5/3000GHOTT/M-ST or equal qty 2. DELIVERY: Delivery is
required by 30 days ARO and shall be delivered to 7196 Savannah RD., Moody AFB,
GA 31699 P.O.C. Shawn Bittner at (229)257-6011. FOB POINT: Destination.
Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this
acquisition. Request for Proposal should be submitted and shall contain the following
information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF
OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF
THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND
ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Proposal shall
also contain all other documentation specified herein. Signed proposals must indicate
quantity, unit price and total amount. Offerors shall include a statement specifying the
extent of agreement with all terms, conditions and provisions included in the solicitation.
Offerors that fail to furnish the required representations or information, or reject the terms
and conditions of the solicitation may be excluded from consideration. PERIOD OF
ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm
for 30 calendar days from the date specified for receipt of offers, unless another time
period is specified in an addendum to the solicitation. LATE OFFERS:
Request for Proposals or modification of proposals received at the address specified for
the receipt of offers after the exact time specified for receipt of offers WILL NOT be
considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial
Items, the Government will award a purchase order resulting from this solicitation to the
responsive responsible low offeror. All offerors MUST BE CENTRAL
CONTRACTOR REGISTERED (CCR). Information concerning CCR registration
requirements may be viewed via the internet at http://www.ccr2000.com/ or by calling
the CCR Registration Centers at 1-888-227-2423. OFFEROR_S SHALL INCLUDE A
COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH
THEIR OFFER. The listed FAR clauses apply to this solicitation and are incorporated by
reference. All FAR Clauses may be viewed in full text by viewing the Federal
Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/.
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. Pursuant to FAR Clause 52.212-5 the following clauses are hereby
incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3
Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637
(d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR
52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act-Supplies (41 U.S.C.
10), FAR 52.225-21, Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187), FAR
52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C.
1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment,
FAR 52.228-5, Insurance-Work on a Government Installation. The following FAR
Clauses apply if marked /X/: /x/ FAR 52.214-21, Descriptive Literature, /x/ FAR 52.219-
6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations
System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR PROPOSAL WILL
BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B
ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON
26 Apr 01. ALL PROPOSALS SHALL BE MARKED WITH
REQUEST FOR PROPOSAL, SOLICITATION NUMBER, RECEIPT OF PROPOSAL
DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL
ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. CONTRACTING
OFFICER: L.T. JEFFREY A. PESKE . The point of contact for this solicitation is
TSgt Miguel Lang, 229-257-4721, 229-257-2739 (fax).
Bid Protests Not Available