Spill Containment Pads

expired opportunity(Expired)
From: Federal Government(Federal)
W912L722Q0510

Basic Details

started - 23 May, 2022 (23 months ago)

Start Date

23 May, 2022 (23 months ago)
due - 31 May, 2022 (23 months ago)

Due Date

31 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
W912L722Q0510

Identifier

W912L722Q0510
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)NGB (17547)W7N1 USPFO ACTIVITY TN ARNG (154)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

**********URGENT******* Time is of the Essence to recieve this product. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-22-Q-0510 is hereby issued as a Request for Quote within the TN area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 01 MAY 2022. This requirement is being advertised as SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) Code(s) are 326299, with a Size Standard of 500 Employees. The following clauses are applicable to this acquisition:The solicitation closes 31 MAY 2022 at 11:00am EST (10:00am CST). Please
send your Quotes and ALL questions to and Rhonda.m.lien.civ@army.mil .QUESTIONS – Please send all questions no later than 25 MAY 2022 at 1:00pm EST/12:00pm CSTIf you have any questions, please contact Rhonda Lien @ via email Rhonda.m.lien.civ@army.milCLIN 0001 18 QTY   14'x56'x1' Rigidlock Failsafe MilbermSalient Characteristics forBASIC CONCEPTS INC SPILL PADSFAIL-SAFE MILBERM 14’X56’1’ 18 EACHMust be at least 14’ x 56’ x1’ to accommodate an M969 5000-gallon semi tanker trailer.Must be able contain a fuel spill of 5000 gallons or moreMust be of pliable construction to allow secure stowage on M1088 tractorMust be able to fold down to 42in x 36in x 18in to allow stowageMust have reinforced wrap around corner construction designed to prevent seam leaksMust have a flotation device on both the entry and exit walls that self erects with rising fluid level to prevent spillageMust have rigid brace support to prevent wall collapse and sagging when filledMust have integrated stainless steel support anchor points to permit anchoring to groundMust have finished hem edge on top of sidewalls to prevent frayingMust be of single piece construction to prevent seam leaksMust be constructed of heavy duty fabric materialMust be constructed of BC3CF vinyl reinforced material to prevent damage from corrosionMust be able to contain F-24 aviation jet fuel without leakage or damage to the materialMust comply with Army Regulation 200-1 Environmental Protection and EnhancementMust be capable of being deployed indoor or outdoor on rugged terrainMust comply with Spill Prevention Control and Countermeasures as part of the Clean Water Act in 40 CFR part 112Must be deployed quickly with no assemblyCLIN 0002 6 QTY    12'x36'x1' Rigidlock Failsafe MilbermFAIL-SAFE MILBERM 12’ x 36’ x 1’ 18 EACHMust be at least 12’ x 66’ x1’ to accommodate an M978 HEMTT 2500-gallon tanker.Must be able contain a fuel spill of 2500 gallons or moreMust be of pliable construction to allow secure stowage on M978 HEMTT TankerMust be able to fold down to 36in x 36in x 16in to allow stowageMust have reinforced wrap around corner construction designed to prevent seam leaksMust have a flotation device on both the entry and exit walls that self erects with rising fluid level to prevent spillageMust have rigid brace support to prevent wall collapse and sagging when filledMust have integrated stainless steel support anchor points to permit anchoring to groundMust have finished hem edge on top of sidewalls to prevent frayingMust be of single piece construction to prevent seam leaksMust be constructed of heavy duty fabric materialMust be constructed of BC3CF vinyl reinforced material to prevent damage from corrosionMust be able to contain F-24 aviation jet fuel without leakage or damage to the materialMust comply with Army Regulation 200-1 Environmental Protection and EnhancementMust be capable of being deployed indoor or outdoor on rugged terrainMust comply with Spill Prevention Control and Countermeasures as part of the Clean Water Act in 40 CFR part 112Must be deployed quickly with no assemblyCLIN 0003  SHIPPING SHIP TO NO LATER THAN 13 JUNE 2022  to LANGFORD LAKE DIRT RAMPSCRSP YARD (GRID NU307940),Fort Irwin, CA 92310POC: John WilliamsProvisions and Clauses52.212-2 EVALUATION – COMMERCIAL ITEMSThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical Acceptable for the GovernmentDelivery,Price,Technical and past performance, when combined, are significantly more important than price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). N/A(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by   either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)52.204-16 Commercial and Government Entity Code Reporting.52.204-18 Commercial and Government Entity Code Maintenance.52.204-21 Basic Safeguarding of Covered Contractor Information Systems.52.204-23 PROHIBTION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS & VIDEO SURVEILLANCE SERVICE OR EQUIPMENT. BASIC (AUG(2019)52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations.52.211-6 BRAND NAME OR EQUAL52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016)52.216-19 ORDER LIMITATIONS52.219-6  SMALL BUSINESS SET-ASIDE52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION52.219-33 NONMANUFACTURER RULE52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104)52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.52.225-13 Restrictions on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer-System for Award Management52.233-3 Protest After Award.52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM52.239-1 PRIVACY OR SECURITY SAFEGUARDS52.246-16 RESPONSIBILITY FOR SUPPLIES52.246-17 WARRANTY OF SUPPLIES OF NONCOMPLEX NATURE52.247-34 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS52.252-2 Clauses Incorporated by Reference.https://www.acquisition.gov/52.252-6 Authorized Deviations in Clauses.252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS252.203-7002 Requirement to Inform Employees of Whistleblower Rights.252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials.252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION252.204-7012 SAFEGUARDING COVERED DWEFENSE INFORMATION AND CYBER      INCIDENT REPORTING252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES252.225-7031 Secondary Arab Boycott of Israel.252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate (Alternate I)252.225-7048 EXPORT CONTROLLED ITEMS252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INIAN-OWNED ECONOMIC ENTERPRISES, & NATIVE HAWAIIAN SMALL BUSINESS CONCERNS252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) – 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies on Contract Payments.252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA

Nashville ,
 TN  37204  USALocation

Place Of Performance : N/A

Country : United StatesState : TennesseeCity : Davidson County

Classification

naicsCode 326299All Other Rubber Product Manufacturing
pscCode 4235Hazardous Material Spill Containment and Clean-up Equipment and Material