Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
MODIFICATION

54 -- Remote Oil Pumping System

Notice Date
7/9/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
2103 S. 8th Ave, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-12-T-0194
 
Response Due
7/12/2012
 
Archive Date
1/8/2013
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is W911SA-12-T-0194 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 332420 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MCC Sam Houston - ICO McCoy requires the following items, Brand Name or Equal, to the following: LI 001, Remote Oil Pumping System Brand Name or Equal to HOD INC Model- Remote Oil Pumping System or equivalent: Pneumatic operated pump with minimum 3/4? coupling. High level alarm system & shutdown system. 3/4in. Air-Operated Diaphragm Pump Maximum fluid working pressure 100 psi (0.7 MPa, 7 bar) Air pressure operating range 30 to 100 psi (0.2 to 0.7 MPa, 2.1 to 7 bar ) Maximum air consumption 28 scfm (0.672 cubic meters/min.) Maximum free flow delivery 16 gpm (61 l/min) Maximum pump speed 400 cpm Gallons (Liters) per cycle 0.04(0.15) Maximum suction lift (water w/buna balls) 15 ft (4.5 m) dry, 25 ft (7.6 m) wet Maximum size pumpable solids 3/32 in. (2.5 mm) Sound power level (measured per ISO standard 9614?2) At 70 psig (0.48 MPa, 4.8 bar) at 50 cycles per minute 77 dBa At 100 psig (0.7 MPa, 7 bar) at maximum cycles per minute 95 dBa Sound pressure level (measured 1 meter from pump) At 70 psig (0.48 MPa, 4.8 bar) at 50 cycles per minute 67 dBa At 100 psig (0.7 MPa, 7 bar) at maximum cycles per minute 85 dBa Air inlet size 1/4 npt(f) Air exhaust port size 3/8 npt(f) Fluid inlet size 3/4 npt(f) Fluid outlet size 3/4 npt(f) To be delivered to Twinsburg, OH 44087, 1, ea; LI 002, Remote Oil Pumping System Brand Name or Equal to HOD INC Model- Remote Oil Pumping System or equivalent: Pneumatic operated pump with minimum 3/4? coupling. High level alarm system & shutdown system. 3/4in. Air-Operated Diaphragm Pump Maximum fluid working pressure 100 psi (0.7 MPa, 7 bar) Air pressure operating range 30 to 100 psi (0.2 to 0.7 MPa, 2.1 to 7 bar ) Maximum air consumption 28 scfm (0.672 cubic meters/min.) Maximum free flow delivery 16 gpm (61 l/min) Maximum pump speed 400 cpm Gallons (Liters) per cycle 0.04(0.15) Maximum suction lift (water w/buna balls) 15 ft (4.5 m) dry, 25 ft (7.6 m) wet Maximum size pumpable solids 3/32 in. (2.5 mm) Sound power level (measured per ISO standard 9614?2) At 70 psig (0.48 MPa, 4.8 bar) at 50 cycles per minute 77 dBa At 100 psig (0.7 MPa, 7 bar) at maximum cycles per minute 95 dBa Sound pressure level (measured 1 meter from pump) At 70 psig (0.48 MPa, 4.8 bar) at 50 cycles per minute 67 dBa At 100 psig (0.7 MPa, 7 bar) at maximum cycles per minute 85 dBa Air inlet size 1/4 npt(f) Air exhaust port size 3/8 npt(f) Fluid inlet size 3/4 npt(f) Fluid outlet size 3/4 npt(f) To be delivered to Augusta, MI 48902, 1, EA; LI 003, Remote Oil Pumping System Brand Name or Equal to HOD INC Model- Remote Oil Pumping System or equivalent: Pneumatic operated pump with minimum 3/4? coupling. High level alarm system & shutdown system. 3/4in. Air-Operated Diaphragm Pump Maximum fluid working pressure 100 psi (0.7 MPa, 7 bar) Air pressure operating range 30 to 100 psi (0.2 to 0.7 MPa, 2.1 to 7 bar ) Maximum air consumption 28 scfm (0.672 cubic meters/min.) Maximum free flow delivery 16 gpm (61 l/min) Maximum pump speed 400 cpm Gallons (Liters) per cycle 0.04(0.15) Maximum suction lift (water w/buna balls) 15 ft (4.5 m) dry, 25 ft (7.6 m) wet Maximum size pumpable solids 3/32 in. (2.5 mm) Sound power level (measured per ISO standard 9614?2) At 70 psig (0.48 MPa, 4.8 bar) at 50 cycles per minute 77 dBa At 100 psig (0.7 MPa, 7 bar) at maximum cycles per minute 95 dBa Sound pressure level (measured 1 meter from pump) At 70 psig (0.48 MPa, 4.8 bar) at 50 cycles per minute 67 dBa At 100 psig (0.7 MPa, 7 bar) at maximum cycles per minute 85 dBa Air inlet size 1/4 npt(f) Air exhaust port size 3/8 npt(f) Fluid inlet size 3/4 npt(f) Fluid outlet size 3/4 npt(f) To be delivered to Grand Rapids, MI 49534, 1, EA; LI 004, Wall Mount Funnel Wall mounted aluminum funnel at least 1/8? thick, 30? wide x 14 ?? with ?? threaded drain hole in bottom Able to accept at least seven gallons of fluid not to exceed 12 gallons Piano hinged top with removable expanded metal screen. To be delivered to Twinsburg, OH, 1, EA; LI 005, Pick-Up Wand Pick-up wand w/ quick coupler Removable 1/4? perforated filter plate To be delivered to Twinsburg, OH, 1, EA; LI 006, Male Quick Coupling Sludge trap 3/4? line fittings and 3/ 4? non drip, male, quick disconnect To be delivered to Twinsburg, OH, 1, EA; LI 007, Wall Mount Funnel Wall mounted aluminum funnel at least 1/8? thick, 30? wide x 14 ?? with ?? threaded drain hole in bottom Able to accept at least seven gallons of fluid not to exceed 12 gallons Piano hinged top with removable expanded metal screen. To be delivered to Augusta, MI 48902, 1, EA; LI 008, Wall mounted aluminum funnel at least 1/8? thick, 30? wide x 14 ?? with ?? threaded drain hole in bottom Able to accept at least seven gallons of fluid not to exceed 12 gallons Piano hinged top with removable expanded metal screen To be delivered to Grand Rapids, MI 49534, 1, EA; LI 009, Pick-Up Wand Pick-up wand w/ quick coupler Removable 1/4? perforated filter plate To be delivered to Augusta, MI 48902, 1, EA; LI 010, Pick-Up Wand Pick-up wand w/ quick coupler Removable 1/4? perforated filter plate To be delivered to Grand Rapids, MI 49534, 1, EA; LI 011, Male Quick Coupling Sludge trap 3/4? line fittings and 3/ 4? non drip, male, quick disconnect To be delivered to Augusta, MI 48902, 1, EA; LI 012, Male Quick Coupling Sludge trap 3/4? line fittings and 3/ 4? non drip, male, quick disconnect To be delivered to Grand Rapids, MI 49534, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Sam Houston - ICO McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Sam Houston - ICO McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, 52.252-1 Solicitation Provisions Inc by Ref, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.252-2, Clauses Inc by Reference; applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-6,52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-18, and 52.232-33. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 ALT III Transportation of Supplies by Sea. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.225-7000 Balance of Payments Act Certificate; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payment; and 252.243-7001, Pricing of Contract Modifications, 252.204-7008, Export-Controlled Items; 252.204-7003, Control of government Personnel Work Product; 252.204-7004(Alt A)Central Contractor Registration; 252.225-7000 Buy American Act-Balance of Pay Program Cert; 252.225-7002, Qualifying Country Sources as Subs; 252.225-7020, Trade Agreements Cert, 525.227-7000, Non-Estoppel; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL FAR 52.211-6, Brand Name or Equal; Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered. Sellers should submit this documentation immediately following the submission of a bid. However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy. Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Small Business Set Aside NAICS Code 332420 and Size Standard:500 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6bc8cfa186863ad020f5ceaeb1a2aec3)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02797302-W 20120711/120709235117-6bc8cfa186863ad020f5ceaeb1a2aec3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.