Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127Q-19-R-0021
This is a combined synopsis/solicitation for a commercial supply prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional inform...
This is a combined synopsis/solicitation for a commercial supply prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-19-R-0021 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-03, Effective 12 July 2019 and the Defense Federal Acquisition Regulations (DFARS) updated 20190606, Effective 31 May 2019. The provisions and clauses incorporated into this solicitation are attached separately on the RFQ Fuel Containment System Word Document. This requirement is being issued as a Small Business Set-Aside. The North American Industrial Classification System Code is 332311 with a standard size of 750 employees. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order for the following supply (See attached Specification Sheet for full detail of the requirement): CLIN 0001- FUEL CONTAINMENT SYSTEM- Must have a one piece 12' Wide by 40' Long by 10" High configuration with 90 degree tubular side walls; must be surface mounted and a drive-in containment system that the 2,500 gallon 978 HEMTTS can drive into; must have a 2,900 gallon capacity; must have drain ports in all four corners and one steel hydrocarbon filter box and ball valve plumbed to the outside of the system to remove from drive path inside the system; must include two ramps that are 3'up/3'down, 11'W, 10"H that are made of heavy duty steel with the interior half integral to the Pan. Exterior Half of the ramp bolts onto the sump end of the wall; must be finished with a heavy duty 40 mil premium 2-part epoxy coating that is compatible with oil and fuel applications; must have Lifting Lugs for handling. (See attached specification sheet) 2 EACH CLIN 0002- TRILINEAR WALL UPGRADE- Must have upgraded trilinear walls (5-Year Manufacturer's Warranty) that turn the 90 degree L-shaped wall into a triangular wall (Quantity of 2 Each) (See attached specification sheet) 2 EACH CLIN 0003- FIBERGLASS UPGRADE- Must have upgraded 62 mil protective coating of fiberglass lamination bonded to the structural steel core (5 Year Manufacturer's Warranty) (Quantity of 2 Each) (See attached specification sheet) 2 EACH CLIN 0004- Delivery- Must be by Wide Load Freight and will include the following: crane that will be rented and used to disassemble the existing 4 panel system and stack and will be used to off-load and site the two new systems with plumbing Filter Box and Ball Valve. Ramps must be attached during delivery. (See attached specification sheet) 1 EACH See the attached Specification list for supplies to be provided. Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. OPEN MARKET PRICING IS REQUESTED. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 12 JULY 2019. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1569; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.