SOLICITATION NOTICE
43 -- BRAND NAME JUSTIFICATION FOR PURCHASING A STAINLESS STEEL PUMP/MOTOR FOR THE MANCHESTER RESEARCH STATIONS SEAWATER DELIVERY SYSTEM - word version
- Notice Date
- 5/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NFFP7230-11-04329SRG
- Archive Date
- 5/12/2011
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- word version COMBINED SYNOPSIS/SOLICITATION BRAND NAME JUSTIFICATION FOR PURCHASING A STAINLESS STEEL PUMP/MOTOR FOR THE MANCHESTER RESEARCH STATIONS SEAWATER DELIVERY SYSTEM (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFP7230-11-04329SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 423830. The small business size standard 100 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial product: CLIN 0001 -Brand name justification for purchasing a stainless steel pump/motor for the Manchester Research Stations Seawater Delivery System. (VI) Description of requirements is as follows: 1. "This is a brand name justification for purchasing a stainless steel pump/motor for the Manchester Research Stations Seawater Delivery System. Replacement parts, pump and motor must be identical to the exiting 60 HP pump and motor. Achieving this objective will enable the pump and motor to be readily swapped out with the existing pump and motor when it fails. In addition, it will provide a full inventory of replacement parts for making repairs to the existing pump if that is the most expedient course of action. Both these approaches require the new requested pump and motor be identical to the existing 60 HP pump and motor. In addition, all components must be manufactured of identical materials used in the existing pump and motor to avoid corrosion issues when parts are interchanged between units." 2. The vendor shall be required to furnish a replacement pump and motor with parts that are identical to those used in the pump currently used at Manchester Research Station. The pump, motor and parts will meet name plate replacement requirements and be manufactured of identical materials. The pump will be shipped fully assembled, the motor will be shipped fully assembled, but in separate crates, with all components necessary to connect together or with pumps and motor currently being used. 3. Provide identical replacement pump for existing pump: a. Goulds Pumps, Model DWT Deep Well Pump. b. Name Plate Information. MODEL VIT-CT CAP. 1250 GPM HEAD 134 TDH SERIAL NO. 537119 SIZE 14RJMC NO. STAGES 4 STG/IMP FULL 4. Provide identical replacement motor for existing motor: a. Emerson, US Motor, vertical High Thrust Motors b. Name Plate Information LOWER END BRG. 6218-JC3 UPER END BRG. 7222-BEM FR 404TP TYPE TUCS ENCL TE PH 3 MAX AMB 40° C ID# MO120078568-100R-01 INSUL CLASS F DUTY CONT WT 1430 LBS BAL 0.08 IPS HP 60 RPM 1190 SF 1.15 HZ 60 VOLTS 460 MAX KVAR 13.3 NEMA NOM EFFICIENCY 94.5 AMP 70 CODE G DES B SF AMPS 81 PF 85.1 GUARANTEED EFFICIENCY 93.6 OIL CAPACITY LOWER END GREASE UPER END BRD 5.5 QTS. NRR CUST P/N SO 537119 MADE IN USA 5. Provide all other components/parts required for complete joining of pump to motor: a. Provide all bolts, nuts, shaft couplings, and any other hardware needed to connect the motor and the pump assemblies together. (VII) Delivery of the products will be no more than 12 weeks after purchase order is awarded and FOB Destination to National Marine Fisheries Service, Manchester Field Station, 7305 Beach Drive East, Port Orchard, WA 98366. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 4:00 p.m. MST, May 6, 2011. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Ability to provide brand product sought. 2) Delivery time and 2) Price (must include shipping). The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Effective March 1, 2011) (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on May 11, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFP7230-11-04329SRG/listing.html)
- Place of Performance
- Address: National Marine Fisheries Service, Manchester Field Station, 7305 Beach Drive East, Port Orchard, WA 98366, United States
- Zip Code: 98366
- Zip Code: 98366
- Record
- SN02437942-W 20110504/110502234425-5eec1f9857cda1357006a6a6afe13607 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |