SOLICITATION NOTICE
J -- Vertical Turbine Pump Refurbishment - Pump and Pump House Photos
- Notice Date
- 4/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Agricultural Research Service - North Atlantic Area
- ZIP Code
- 00000
- Solicitation Number
- AG-349B-S-14-4345
- Archive Date
- 5/13/2014
- Point of Contact
- TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
- E-Mail Address
-
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pump and Pump House Photos This is a competitive Small Business Set Aside 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. Offerors submitting quotations must respond in accordance with the instructions provided in this solicitation. Solicitation number AG-349B-S-14-4345 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. This requirement is a competitive Small Business Set Aside under NAICS 811310, business size standard: 7.0 Million. Offerors are responsible for complying with the submission instructions contained in this combined synopsis/solicitation to include the submission of all information requested. Small Businesses with the demonstrated capability and financial capacity to provide required services and can meet the time for completion of 30 days from date of award are invited to respond. Submission of quotations shall be in accordance with the instructions identified under Item (A.1) listed below. Quotations must be submitted in writing, include all required information specified under Item A.1, and be received on or before 4:00 P.M. April 28, 2014 at the address specified under Item A.1. Quotations sent by facsimile or electronic mail are not acceptable, will be considered non-responsive, and will be rejected. BACKGROUND INFORMATION: The United States Department of Agriculture, National Center for Cool and Cold Water Aquaculture (USDA-NCCCWA) located at 11861 Leetown Road, Kearneysville, WV requires two vertical turbine pump complete refurbishments with the option for two additional vertical turbine pump complete refurbishments. DESCRIPTION/SPECIFICATIONS/AND WORK STATEMENT : The contractor shall provide all services including labor, materials, supplies, supervision, tools, equipment, insurance, and transportation necessary for removal, complete refurbishment with new parts/materials, and reinstallation of the following two pumps located in two separate pump houses at the USDA ARS NCCCWA facility: Line Item 01: Balch Pump House: HH10 American Turbine Pump, US Electric motor, 480v 3ph 1760 RPM, Frame 215TP, 10HP 24.3 / 12.0 FLA. Line Item 02: Ozone Pump House: HH25 American Turbine Pump, US Electric Motor 480v 3ph 1770 RPM, Frame - 284TPH, 25HP 58.2 / 29.1 FLA. Optional Line Item 03: Balch Pump House: HH10 American Turbine Pump, US Electric motor, 480v 3ph 1760 RPM, Frame 215TP, 10HP 24.3 / 12.0 FLA. Optional Line Item 04: Ozone Pump House: HH25 American Turbine Pump, US Electric Motor 480v 3ph 1770 RPM, Frame - 284TPH, 25HP 58.2 / 29.1 FLA. Work includes: Removal of pumps from Pump House, replacement of all motor and pump bearings, replacement of packing and/or shaft seals, and performance of all additional requirements to make pumps and motors like new and the reinstallation. All work shall be performed in accordance with manufacturer specifications and accepted commercial practices by trained and certified personnel. Service Contract Act applies in accordance with Wage Determination No. 2005-3017 Rev 13. MANAGEMENT/QUALITY CONTROL : The Contractor shall manage the total work effort associated with the services provided to assure fully adequate and timely completion of these services. The contractor shall provide trained and certified technicians with the expertise to assure the performance of the work in accordance with sound and efficient commercial business practices. WORK SCHEDULE : Hours of operation are 7:00 am to 5:00 pm Monday through Friday with the exception of official federal holidays. (A.1) *** IMPORTANT INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** QUOTATIONS MUST BE SUBMITTED IN WRITING TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. QUOTATIONS MUST BE RECEIVED ON OR BEFORE 4:00 P.M. (EST) April 28, 2014. NOTICE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. IMPORTANT - QUOTATIONS MUST INCLUDE SUBMISSION/COMPLETION OF ALL OF THE FOLLOWING SPECIFIED UNDER (a) THROUGH (c): (a) Submit Quotation for all line items specified below, FOB Destination, Kearneysville, WV 25430. Line Item DESCRIPTION OF SERVICE QTY UNIT AMOUNT 01 HH10 Turbine Pump Refurbishment 1 JOB $________ 02 HH25 Turbine Pump Refurbishment 1 JOB $________ Time for completion: 60 days from award. OPTIONAL: 03 Optional - HH10 Turbine Pump Refurbishment 1 JOB $________ 04 Optional - HH25 Turbine Pump Refurbishment 1 JOB $________ (b) Submit two separate Past Performance References with contact information for two recent contracts (within past three years) of contracts similar to the scope of this requirement. (c) Offeror must have current Registration and completed Online Representations and Certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online at www.sam.gov. PLEASE NOTE: SAM is completely free of charge for both registrants and users. Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation in accordance with FAR 52.204-7 System for Award Management. Registration must remain current through final payment of any award resulting from this solicitation. (A.2) Following FAR provisions/clauses apply to this acquisition and are available in full text at: http://www.arnet.gov. Current to FAC 2005-72, effective 30 Jan 14. 52.204-7 System for Award Management; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52-212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt. I; (4) 52.204-10 Reporting Executive Compensation First-Tier Subcontract Awards; (8) 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (14) 52.219-6, Notice of Total Small Business Set-Aside; (18) 52.219-13, Notice of Set-Aside of Orders; (19) 52.219-14, Limitations on Subcontracting; (25) 52.219-28, Post Award Small Business Program Rerepresentation; (28) 52.222-3, Convict Labor; (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (30) 52.222-21, Prohibition of Segregated Facilities; (31) 52.222-26, Equal Opportunity; (33) 52.222-36, Affirmative Action for Workers With Disabilities; (40) 52.223-18, Contractor Policy to Ban Text Messaging while Driving; (42) 52.225-3 Alt. I, Buy American Act,Free Trade Agreements, Israeli Trade Act; (44) 52.225-13, Restrictions on Certain Foreign Purchases; (50) 52.232-33, Payment byElectronic Funds Transfer- System for Award Management. FAR clauses applicable to commercial services: (1) 52.222-41, Service Contract Act of 1965; (2) 52.222-42, Statement of Equivalent Rates for Federal Hires; (3) 52.222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment. 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.225-25 -- Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.228-5, Insurance -- Work on a Government Installation; 52.229-19, Child Labor-Cooperation with Authorities and Remedies; 52.232-18 Availability of Funds; 52.232-25 Prompt Payment; 52.233-4, Applicable Law for Breach of Contract Claim; 52.236-7, Permits and Responsibilities; 52.236-12, Cleaning Up; 52.242-17, Government Delay of Work; 52.247-15, Contractor Responsibility for loading and unloading; 52.247-21, Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.3) EVALUATION CRITERIA - - The Government contemplates award of one firm-fixed price order resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price, and past performance considered. (A.4) AWARD - - An award for Line Item 01 and 02 is contemplated on or about May 1, 2014. Optional Line Item 03 and 04 may or may not be exercised by the Government and is based on the availability of funding. (A.5) ADDITIONAL INFORMATION - - Questions by Interested Parties must be submitted in writing by electronic mail or facsimile to the attention of: Contracting Officer - Solicitation Number AG-349B-S-14-4345 to: Electronic mail: tim.smearman@ars.usda.gov or facsimile: 304-728-7182.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cd6fe47a2d44f56df816b094531bbfff)
- Place of Performance
- Address: 11861 Leetown Road, Kearneysville, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN03341345-W 20140419/140417234814-cd6fe47a2d44f56df816b094531bbfff (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 |