Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

72 -- Purchase of Enviro-Pak S05E or "Equal" Galley Grinder for Delivery to T.S. KENNEDY - Attachment #1

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA-92-Q-2012-0048
 
Archive Date
9/12/2012
 
Point of Contact
Monique R. Leake, Phone: (757) 322-5820, Melinda Simmons-Healy, Phone: (757) 322-5819
 
E-Mail Address
monique.leake@dot.gov, melinda.simmons-healy@dot.gov
(monique.leake@dot.gov, melinda.simmons-healy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Pricing Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. NAICS code 333319 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm-fixed priced purchase order for the purchase and delivery of one (1) ENVIRO-PAK Model S05E Galley Grinder manufactured by Tech Oil Products, Inc or "Equal" with the following salient features to be delivered to the T.S. KENNEDY. Required unit features: - 100% stainless steel construction (316); with the exception of component parts such as hoses and fittings. - Safety limit switch to prevent operation if the lid is not shut and secured - Large hopper for easy loading - Discharge particle size MARPOL compliant - 5 HP wash down corrosion duty motor - Designed for salt water flushing of ground food particles - Stand-alone model - Push Button start / Push Button stop - Lid is secured with a heavy duty stainless steel hinge and stainless steel hatch opener - Minimum of 5 Hp. 3 Phase, 60 Hz, 480 VAC Electric Motor Documentation required : Provide two (2) operator manuals which include the following: - Installation instructions including complete description of equipment function - Electric schematic drawings - Location, function and operation of all operating and control devices - Step by step explanation of proper sequences of operator action for system familiarization and operation - Master Parts List - Maintenance Schedule Offerors will be permitted to submit quotes containing "or equal" components as long as such "or equal" components are clearly stated and detailed. Any quote substitution must be equal to the specified model, must be sufficiently documented to prove equality, and must meet the performance requirements of the vessel. Quality, Reliability and Supportability: When quoting "or equal" components to the brand name component specified, the offeror shall only quote equipment and components with a proven history of operation aboard ships. This history shall be supported by documentation listing names and contact information of the offerors existing customers. In addition, the unit quoted and its components shall be fully supportable with technical personnel and/or parts support located within the 48 Contiguous United States. If the Offeror recommends "or equal" component for the equipment listed in, the offeror shall prove the equipment meets or exceeds the quality, reliability and supportability of the listed items. Intended use: The equipment described is used to grind galley food waste in compliance with MARPOL requirements. With ABS Certification Required Delivery Date: Unit will be delivered to the Massachusetts Maritime Academy, 101 Academy Drive, Buzzards Bay, MA 02532 no later than 15 November 2012. Attachment #1 - Price Quote Sheet Vessel Location: Massachusetts Maritime Academy 101 Academy Drive Buzzards Bay, MA 02532 The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference 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 the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration (APR 2008) 52.211-06 Name Brand Or Equal (NOV 1999) 52.212-1 Instructions to Offerors-Commercial Items; (FEB 2012) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (APR 2011) (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-(JUL 2012) Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K) (FEB 2012) 52.219-28 Post-Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor, (JUL 2005) 52.222-19 Child Labor - Cooperation with Authorities and Remedies, (MAR 2012) 52.222-21 Prohibition of Segregated Facilities, (FEB 1999) 52.222-26 Equal Opportunity, (MAR 2007) 52.225-1 Buy American Act-Supplies. (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) 52.215-5 Facsimile Proposals: (757) 522-5858 (OCT 1997) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.245-01 Government Property (APR 2012) 1252.217-70 Guarantee 1252.223-73 Seat Belt Use Policies and Programs INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. 1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-150 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-150 6500 S MacArthur Blvd. Oklahoma City, OK 73169 Responsible sources shall provide the following: - Provide requested documentation to support "Equivalent" equipment. - Total price (Attachment #1 - Price Quote Sheet) - Prompt Payment Terms - Remittance address, Tax Identification Number, DUNS number All quotes are due no later than 11:00 a.m. EST on Tuesday, August 28, 2012. BASIS FOR AWARD Award will be made to the responsible acceptable offeror, whose quote is conforming to the solicitation requirements, and offers the lowest evaluated price. ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169 or e-mail stlpinfo@dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA-92-Q-2012-0048/listing.html)
 
Place of Performance
Address: T.S. KENNEDY, Massachusetts Maritime Academy, 101 Academy Drive, Buzzards Bay, Massachusetts, 02532, United States
Zip Code: 02532
 
Record
SN02847341-W 20120822/120821000321-6cfa02ca6621fc13b3a6b196be45b833 (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.