Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2013 FBO #4402
SOLICITATION NOTICE

29 -- VANEAXIAL FAN MOTOR

Notice Date
12/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-14-Q-0013
 
Response Due
12/17/2013
 
Archive Date
2/9/2014
 
Point of Contact
Valerie Marshall, 901 544-3619
 
E-Mail Address
USACE District, Memphis
(valerie.marshall@mvm02.usace.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. The solicitation number is W912EQ-14-Q-013 and is being issued as a Request for Quote (RFQ). This procurement is a SMALL BUSINESS SET-ASIDE PROCURMENT. The associated NAICS code is 333413. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted in hard copy, either through regular mail or by delivery, facsimile or email. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered. Response to this combined synopsis/solicitation must be received by December 17, 2013 no later than 10:00 AM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-14-Q-0013 addressed to Valerie Marshall, Contract Specialist, Phone (901) 544-3619, Fax (901) 544-3710, email: Valerie.marshall@usace.army.mil. Vendors not registered in SYSTEM FOR AWARD MANAGEMENT (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by calling 1-866-606-8220 or register online at www.sam.gov. In accordance with FAR 52.204-7, all vendors shall be registered in SAM prior to submission of bid. Vendors must also be registered in Representations and Certifications Applications (included in SAM). Websites: www.sam.gov. North American Industry Classification System (NAICS) Code applicable (333413 listed above) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Contractor shall provide all necessary labor, equipment, material, supervision, transportation, and any services necessary in connection with the delivery of line item(s) below to USACE Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. BID LINE ITEM: CLIN 0001 VANEAXIAL FAN MOTOR 1 EACH UNIT PRICE__________________ CLIN 0002 SHIPPING 1 EACH UNIT PRICE__________________ TOTAL COST FOR CLIN ITEM(S) _________________________________________ SPECIFICATIONS VANEAXIAL FAN MOTOR 500850-138, 1.25 HP, 440/3/60, 3600 RPM, FB56CZ FRAME CLASS F INSULATION, TEAO IEEE-45, COMPLETE FAN UNIT WITH INLET BELL AND SCREEN Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil; FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Item (AUG2013)Alternative I; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-13 Notice of Set-Aside of Orders; 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.252-2 Clauses Incorporated By Reference (HTTP://FARSITE.HILL.AF.MIL ); DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.211-7003 Item Identification and Validation; DFAR 252.204-7004 Alt A System for Award Management Alternative A; DFAR 252.225-7001 Buy American And Balance Of Payments Program; DFAR 252.225-7002 Qualifying Country Sources As Subcontractors; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010 Levies on Contract Payments; DFAR 252.243-7001 Pricing of Contract Modifications; DFAR 252.244-7000 Subcontracts for Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea; 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) ALTERNATE III (MAY 2002) NOTICES TO CONTRACTOR A. The following documentation must be submitted with your quote for evaluation. 1.SF 1449, Solicitation, Offer and Award 2.Schedule of prices 3.Representations and Certifications 4.All amendments must be acknowledged B. Offerors ADDRESS - Prospective Offerors should indicate in the offer, the address to which payment and/or correspondence should be mailed, if such address is different from that shown for the bidder on Standard Form 1449 Block 17a. C. System for Award Management - By submission of a quote, the Offerors acknowledges the requirement that prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this quote. Lack of registration in the SAM database will make an Offeror ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or at: http://www.sam.gov. D. Basis of Award - The Government will award a contract, from this combined synopsis solicitation to the responsible Offeror whose offer meets all requirements as stated and will be most advantageous to the Government based on price. A formal review of past performance will not be conducted on this requirement. However, this order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. E. Delivery Times - The following delivery times are established for contactors: 0700-4:00pm, M-T (Monday thru Thursday) 0700-3:00pm, Friday (UNLESS OTHERWISE INSTRUCTED) No deliveries will be accepted on Federal holidays. F. AT Level 1 Training - This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 14 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 3 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-14-Q-0013/listing.html)
 
Place of Performance
Address: USACE District, Memphis (Ensley Engineer Yard) 2915 Riverport Road Memphis TN
Zip Code: 38109
 
Record
SN03249580-W 20131213/131211235157-bd64a57d6ad9f655b05b0124025bda17 (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.