SOLICITATION NOTICE
66 -- Combined synopsis/solicitation for Flowmeter Assemblies
- Notice Date
- 3/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-13-FLOWMETERS
- Response Due
- 3/29/2013
- Archive Date
- 5/26/2013
- Point of Contact
- Michael Velez, 410-436-8446
- E-Mail Address
-
ACC-APG - Edgewood
(michael.velez5@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation W911SR-13-Flowmeter is issued as a request for quote (RFQ) in accordance with FAR Subpart 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-66. The Government intends to award a single award, Firm Fixed Price Contract for the Ball and Check Valves described below. The solicitation is limited to the Foxboro 1.5 inch diameter magnetic flowmeter identified below under the authority of FAR 6.302-1. Any offeror proposing other than the brand name item identified below will not be considered for award. Offerors are required to provide a copy of their representation and certifications as required by FAR clause 52.212-3 and DFARS 252.212-7000. This combined synopsis/solicitation is issued as a 100% Small Business Set Aside. The NAICS code for this solicitation is 334513 and the size standard is 500 employees. DESCRIPTION OF ITEMS: Contract Line Item Numbers (CLINs): CLIN 0001: 1.5 inch diameter magnetic Foxboro flowmeter Assembly; Quantity 1 each -Contractor shall deliver one (1) Foxboro 1.5 inch diameter magnetic flowmeter assembly in accordance with the below specification requirements. DELIVERY REQUIRED BY 10 April 2013. CLIN 0002: 1.5 inch diameter magnetic Foxboro flowmeter Assembly; Quantity 4 each -Contractor shall deliver four (4) Foxboro 1.5 inch diameter magnetic flowmeter assembly in accordance with the below specification requirements. DELIVERY REQUIRED BY 1 May 2013. OPTION CLIN 0003: 1.5 inch diameter magnetic Foxboro flowmeter Assembly; Quantity 10 each -Contractor shall deliver ten (10) Foxboro 1.5 inch diameter magnetic flowmeter assembly in accordance with the below specification requirements. CLIN 0004: CDRL - Autocad Drawing; Quantity 1 each; Not Separately Priced -Contractor shall provide one (1).dwg Autocad file/equivalent of the components per the associated Contract Data -Requirements List (CDRL). CAD or an equivalent Drawing model shall be provide upon contract award of the exact model components being supplied with all of its associated dimensions and ancillary equipment. This is so that the design team can incorporate the model into the government's design drawing. The Government is not obtaining data rights to these drawings and they will be used strictly for Informational purposes only. Flowmeter Assembly Specifications: a.Each flowmeter Assembly consists of three components. They are as follows: i.Foxboro (931HA-SIBA-PPJ-IN) 1.1.5 inch magnetic flowmeter with PFA liner and platinum-iridium electrodes ii.Foxboro (IMT25-IEATB10N-AB) 1.Associated Transmitter with integral flowtube mounting to Foxboro flowmeter. 2.Operator display with flow rate and totalizer capability iii.Foxboro (Grounding ring 1.5 inch) 1.Pair of grounding rings to dissipate static electricity constructed out of Hastelloy C-276 alloy. b.Flowmeter and components shall be fully assembled and tested prior to shipment to the Government. c.Flowmeter shall provide instantaneous flow rate read out as well as totalize flow with a local keypad controls all mounted on the flowmeter housing. d.Flanges on end of flowmeter shall be of class 150. e.Flowmeter shall be rated for a process temperature range of -40 deg F to +250 deg F and an ambient temperature of -22 deg F to +158 deg F. f.Flowmeter shall be Teflon PFA lined to protect it from corrosive elements. g.Exposed electrode electronics shall be constructed of Platinum-iridium material. h.Length of Flowmeter is 7.87 inches (1/100) i.Certification showing calibration data for the instrumentation relating to National Institute of Standards and Technology (NIST) Shipping/Packaging: Contractor shall utilize standard commercial packaging. FOB is Destination to: U.S. Army RDECOM RDCB-DEE 4301 Otto Rd. APG, MD 21010 ATTN: Dave Kline Inspection/Acceptance: Inspection and Acceptance will be at Destination and is limited to kind, count, and condition. Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. PROVISIONS AND CLAUSES The following provisions are incorporated by reference and apply to this acquisition: FAR 52.204-7 Central Contractor Registration FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors (Technical and Price) FAR 52.212-3, Representations and Certifications FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.217-5 -- Evaluation of Options FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.247-34 FOB Destination FAR 52.247-35 FOB Destination, within consignee's premises FAR 52.247-48 FOB Destination-Evidence of Shipment FAR 52.252-2, Clauses Incorporated by Reference FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the options under CLIN 0003 by written notice to the Contractor within 45 days of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (End of clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. (The following clauses will apply : DFARS 252.203-7000, DFARS 252.225-7036, DFARS 252.247-7023, DFARS 252.232-7006, DFARS 252.211-7003, DFARS 252.232-7003, DFARS 252.232-7010, DFARS 252.225-7002, DFARS 252.209-7999, DFARS 252.225-7035.) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (clause fill-ins to be provided on award) DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.227-7015 Technical Data - Commercial Items The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. The offeror shall enter firm fixed unit prices for each priced CLIN (i.e. CLINs 0001 thru 0003). All unit prices quoted shall be binding. Award will be made to the Small Business offeror whose proposal provides all of the items identified above and represents the lowest total evaluated price. The total evaluated price will be based on adding the total price for the base requirement (CLIN 0001 and 0002) to the total price for the option (CLIN 0003). Offerors failing to submit unit prices for all priced items (i.e. CLIN 0004 is NSP) shall result in their proposal being considered unacceptable and the Government shall reject the proposal. The Government anticipates utilizing price analysis in determining the proposed prices fair and reasonable. The Government reserves the right to request other than cost and pricing data and conduct cost analysis should it be needed to determine the proposed price fair and reasonable. All quotes shall be sent via e-mail to Michael Velez, Michael.a.velez32.civ@mail.mil by 2:00 P.M. EST on 29 March 2013. All emails shall enter the following in the subject line of the email, Response to W911SR-13-Flowmeter. Quotes shall be submitted in either Adobe.pdf or Microsoft Word file format.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5e6c705aee8a8ee4dc50b3fe34381ba9)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN03022134-W 20130329/130327234705-5e6c705aee8a8ee4dc50b3fe34381ba9 (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 |