SOLICITATION NOTICE
43 -- Closed Loop Oil System - Package #1
- Notice Date
- 7/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, North Carolina, 27607-6412
- ZIP Code
- 27607-6412
- Solicitation Number
- W9124212T14500038
- Archive Date
- 7/27/2012
- Point of Contact
- Christopher L. Amburn, Phone: 7043914207
- E-Mail Address
-
christopher.amburn@ang.af.mil
(christopher.amburn@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W9124212T14500038 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 332420 and 500 Employees. (V) COMMERCIAL ITEM DESCRIPTION: Specific requirements Air operated pump system for existing aboveground storage tank • ¾" Air Diaphragm Pump System 16 GPM. Compatible with the following products: New/Used engine oil, Hydraulic oils, New/Used Pressure gauge, • Pressure regulator, • ¼" ball valve for controlling air supply, • One(1) Male quick coupling, • Pump outlet: ball valve, • - Automatic high level alarm sensor (shuts off air supply to pump). NOTE: This level sensor needs a 2" NPT female opening in the tank top. • - Alarm module with Audible (siren) & Visual alarm (strobe light). • - Timer for hand-free operation. In case of high or low level situation, the pump will still shut down automatically. • - Pump Station dash/panel that enables either a table top or wall mounted configuration with-out any additional equipment. Just reattach the pump on the desired pre-drilled location to have it table top or wall mounted. • - Brushed 36" long aluminum suction tube c/w wall bracket • - 12 ft long suction hose for connecting the suction tube or the wall mount funnel to the pump station. • Quick connect coupler for connecting either pick-up wand or wall mount funnel. • - 50 ft of signal wire between the level gauge sensor and the pump station panel. • - Two(2) - Power supply, low voltage(12V) transformer c/w 10 ft long cords, for the pump station control unit and alarm module. • - One (1) - 3/8" ball valve to cut the main air supply to the pump station unit • Aluminum wall mount funnel with hinged cover 14"X 30". • NOTE: The storage tank must be equipped with one (1) x 2" NPT and one (1) x ¾" NPT female fittings for level sensor and pump outlet installation. • NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an or equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: Contractor will provide for delivery of system to 145th Airlift Wing, Charlotte, NC. FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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 website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 11 July 2012. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 145 AW, 4930 Minuteman Way, Charlotte, NC 28208, by 12 July 2012, 10:00 a.m. eastern standard time. Email quotes are preferred and will be accepted at Christopher.Amburn@ang.af.mil. Quotes may also be faxed to 704-391-4309. (XVI) Point of Contact is SMSgt Chris Amburn 704-391-4807 or email Christopher.Amburn@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/W9124212T14500038/listing.html)
- Place of Performance
- Address: 145 Airlift Wing, 4930 Minuteman Way, Charlotte, North Carolina, 28208, United States
- Zip Code: 28208
- Zip Code: 28208
- Record
- SN02793759-W 20120705/120703235951-99e6b80199783a4484d0c96bcf02d0c2 (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 |