Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2012 FBO #4026
SOLICITATION NOTICE

46 -- Submersible Uniprop Mixer and Submersible Uniprop Mixer with Lowering Device

Notice Date
11/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
M67001 Marine Corps Base, Camp Lejeune - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700113Q0025
 
Response Due
12/10/2012
 
Archive Date
1/10/2012
 
Point of Contact
Clifford Felder 910-450-9381
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote solicitation number is M67001-13-Q-0025. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 and DFAR Change Notice (DCN) 20120906. This acquisition is total small business set aside. The applicable NAICS code is 423830; FSC 4630. The MCI East Contracting Office, Camp Lejeune NC 28547 has a requirement to a defined quantity of Submersible Uniprop Mixer. The Submersible Uniprop Mixer is brand name or equal. The following characteristics of the Wilo-EMU Uniprop - with gear unit: Submersible Mixer: Cable Inlet: water pressure-tight, encapsulated cable inlet with strain relief Motor bearings: Large-dimensioned inclined (not for TR 80-1) and grooved ball bearings guarantee a long service life Pre- and sealing chamber: Large volume pre- and sealing chamber for accommodating the leakage of the mechanical seal; upon request also with external sealing chamber control. Sealing bush: Made of stainless steel, guarantees long-term corrosion-protected fit of the mechanical seal Propeller: 2- or 3-bladed propeller; entwining-free construction due to backward- curved incoming flow edge. The propeller blades are permanently fixed, which guarantees the best possible hydraulic efficiency. Gear: 1-stage planetary gear with exchangeable planetary levels. Power consumption (Kw): minimum 3.05 Propeller Speed (rpm): minimum 156 Transmission: minimum 6.200 Thrust (N): minimum 1,150 Dimensions (mm) A. 750 B. 700 C. 525 L. 1150 (minimum) Submersible Mixer with Lowering Device: Uniprop mixer with one stage planetary gearbox 316ss propeller Driven by electric motor: a.Nominal power: minimum 18.50kw b.Power consumption: minimum 22kw c.Nominal current: minimum 36.50 A d.Nominal speed: minimum 1435rpm e.3 phase f.60Hz Class F insulation Thermal Sensor Mositure Probe 15m power and control cable Complete Frame(for lowering): +NSSH8u-J 7x1, 5 mm2 Ceran CO Coating for mixer Assembled with BInder Complete, Frame K/20 Please submit all quotes in the following format: CLIN:Item NameQtyPrice Total Amount 0001:Submersible Mixer: Wilo Models: TR 75-2, 17-6/16 or equal 1 0002:Submersible Mixer with Lowering Device: Wilo Models TR 80-1, 33-4/30 S20 or equal1 This contract will be awarded into itself entirety, no partial awards will be awarded. The Government will be issuing an award to the lowest price technically acceptable offer. Please provide either the actual models or a like or similar, to all (minimum) specifications, item (s). Quotations will be evaluated in an efficient and minimally burdensome fashion pursuant to FAR 13.106-2(b). Required Information: (a) Price Quotes: The price quote may be provided in the schedule or by separate correspondence; (b) Technical Compliance: strict compliance to the characteristics above; (c) Delivery time; (d) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52.204-7 Central Contractor Registration 52.208-4 Vehicle Lease Payments 52.208-5 Condition of Leased Vehicles 52.208-6 Marking of Leased Vehicles 52.208-7 Tagging of Lease Vehicles 52.212-1 Instruction to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications ”Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provision.; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.219-6 Notice to Total Small Business Set “Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52-222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Third Party 52.225-13 Restrictions on Certain Foreign Purchases ; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.252-2 Clauses Incorporated of Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modifications. All of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil. Offerors are required to provide their Contractors ™ DUNS Number, Commercial and Government Entity (CAGE) code, and tax identification number with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System Award Management (SAM) and Wide Area Work Flow (WAWF-RA) databases. The WAWF-RA is an application that allows DOD vendors to electronically submit/track invoices and Receipt/Acceptance documents. For WAWF-RA assistance and training, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with SAM, visit their website at: http://www.FSD.gov. Offerors must be registered with SAM and have a current SAM record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. Quotes are due by 9:00 a.m. EST on 10 December 2012. Contact GySgt Clifford Felder by telephone at 910-450-9381 or e-mail clifford.felder@usmc.mil, for any additional inquiries. The telephone number of receiving facsimile equipment is 910-451-2331. The Government reserves the right to make an award solely on initial quotations received. Bidders bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The bidder bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700113Q0025/listing.html)
 
Place of Performance
Address: MCB BASE MAINT OFFICER
Zip Code: PSC BOX 20004, Camp LeJeune, NC
 
Record
SN02940748-W 20121202/121130234931-1cac07d7b438c5501b182ab28e96a542 (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.