Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2016 FBO #5264
SOLICITATION NOTICE

43 -- Skid Mounted Pump, Fleet Logistics Center Pearl Harbor, Hawaii

Notice Date
4/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T3054
 
Response Due
5/3/2016
 
Archive Date
5/12/2016
 
Point of Contact
Norine Horikawa 808-473-7543
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for Certain Commercial Items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3054. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160226. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333911 and the Small Business Standard is 750 Employees. A sources sought notice was posted to NECO and FBO on March 08, 2016 and as a result of the responses and market research, the proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The proposed contract action is for a brand name or equal product. Equipment Condition: New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturers warranty. The NAVSUP FLC Regional Contracting Department Pearl Harbor requests responses from qualified sources capable of providing: DescriptionQTYUnit of IssueUnit PriceExtended Total 0001 Pioneer Skid Mounted Pump with 2 Each$$__________ Trailer Packer or equal. Manufacturer: Pioneer Pump Model No: PP1818S22L71-6090HF485 0002 Destination Shipping to Hawaii 1 Each$$__________ NAVFAC Hawaii 400 Marshall Road, Bldg 44 Joint Base Pearl Harbor Hickam, 96860 TOTAL EVALUATED PRICE(FOB DEST ONLY)$__________ Delivery: 14 Weeks After Date of Contract Salient Characteristics for CLIN 0001: Skid Mounted Pump with Trailer Package: 200 gal Integral Fuel Tank with Coated Steel Sound Attenuated Enclosure. Trailer shall be of adequate size to support pump. Pump Details: Suction Flange: 18 Discharge Flange: 18 Auto Start/Stop Programmable Engine Control Panel Design Conditions: 6500 GPM @ 110 TDH Maximum Impeller Diameter: 22.5 Impeller ASTM A744 CA6NM Stainless Steel Vacuum Pump 50 C.F.M of air handling ability Maximum NPSHr: 10 Minimum Pump Efficiency: 70% Maximum Pump Speed: 950 RPM Minimum spherical solids handling capability 4.5 inch User interface: Remote start/stop capable Engine Specifications: Type: Water Cooled, Diesel, In-Line, 4 Cycle Number of Cylinders: Six Aspiration: Turbocharged Min. Continuous Duty Rating of 315HP @ 1800 RPM Displacement: 548 Cubic Inches (9 L) Governor: Electronic EPA Compliance: Flexed Tier 3 Heavy Duty Battery and Brakes Auto Start/Stop Programmable Engine Control Panel Basis for Award: Lowest Price Technically Acceptable (LPTA) The Government will award a contract action resulting from this synopsis-solicitation to the responsible offeror whose quote, conforming to this solicitation, is evaluated to be the lowest priced technically acceptable (LPTA) quote. The ratings for the technical factors shall be Acceptable or Unacceptable. The following factors shall be used to evaluate quotes. Experience and Past Performance are the technical factors. Factor 1 Meets or Exceeds Technical Acceptability Factor 2 - Past Performance (no less than Satisfactory/Acceptable performance ratings) AND Factor 3 Total evaluated price. The basis for the total evaluated price is the total of all CLINs) Submission Requirements and Evaluation: Factor 1 Submit specification sheets, cut sheets, and/or product literature for the Skid Mounted Pump with Trailer Package that addresses all salient characteristics. If providing an or equal product for CLIN 0001, please submit the applicable product literature with your quote to enable the Government to conduct a comprehensive evaluation. Please indicate how the equal product meets or exceeds the minimum requirements stated above. If your product literature or your quote is not in sufficient detail to conduct a comprehensive evaluation of your product, your quote may be evaluated Unacceptable. Factor 1 - Experience RatingDescription Acceptable (A)Product meets or exceeds the minimum specifications. Unacceptable (U)Product does not clearly meet the minimum specifications. Factor 2 Do not submit past performance information. The Government will access the Past Performance Information Retrieval System (PPIRS) to obtain past performance information on your firm, utilizing the DUNS number obtained from the Systems for Award Management (SAM) website. If no past performance information is available, Factor 2 will be evaluated Neutral, which is considered Acceptable. If your firm has less than Satisfactory performance evaluations in PPIRS, you may submit acceptable explanations for the ratings for the Government s consideration. Acceptable explanations will result in an Acceptable rating for Past Performance. Factor 2 Past Performance RatingsDescription Acceptable (A)Based on the performance records, the Government has a reasonable expectation that the quoter will successfully deliver the Skid Mounted Pump with Trailer Packer or the quoter s performance record is unknown. Unacceptable (U)Based on the performance records, the Government has no reasonable expectation that the quoter will be able to successfully deliver the Skid Mounted Pump with Trailer Packer. Unknown (UNK)In the case of a quoter without a record of past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have Neutral past performance. In the context of acceptability/unacceptability, the Neutral shall be considered acceptable. In order to be evaluated overall Acceptable, a rating of Acceptable shall be obtained for both Factors 1 and 2. If either one or both are rated Unacceptable, the entire technical quote will be rated Unacceptable and will be removed from further consideration for award. Price. The Government will evaluate all prices by listing the total of all items (total evaluated price) from the lowest to the highest. Total evaluated price includes pricing submitted for the base and all option periods. Hauling charges shall be included in the unit prices submitted. The Government will take the five lowest quotes received and evaluate the corresponding technical factors for acceptability. Should the Government identify one quote that represents the lowest priced technically acceptable quote, the Government may make an award as long as the total evaluated price can be determined fair and reasonable. Should there be no technically acceptable quote among the first five lowest quotes, the Government will evaluate the next five lowest quotes for technical acceptability. The Government will continue this methodology of evaluation until a quote is evaluated to be the lowest priced technically acceptable quote with a reasonable price. Award will only be made to a firm that is determined to be responsible in accordance with FAR Part 9. Submission Requirements: By submission of a quote, the quoter agrees to all requirements contained in this solicitation. Offerors shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1)A price for CLINS 0001 and 0002. 2)Submission of specification sheets, cut sheets, and/or product literature if quoting on an equal product that addresses all salient characteristics. 3)Point of contact name, phone number, and email address. CAGE and DUNS numbers. Business size. Discount payment terms, if any. 4)A completed copy of 52.212-3 and its ALT I (Attachment A). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision. If the quoter fails to submit a completed Attachment A, the quote may be evaluated Unacceptable. 5)A completed copy of FAR 52.209-11, (Attachment B). If the quoter fails to submit a completed Attachment B, the quote may be evaluated Unacceptable. 6)A completed copy of FAR 52.204-20, (Attachment C). If the quoter fails to submit a completed Attachment C, the quote may be evaluated Unacceptable Payment will be made by NAVFAC Hawaii Comptroller office via EFT. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Govt 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations Representation 52.209-5Certification Regarding Responsibility Matters 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.211-6Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, 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 52.219-6Notice of Total Small Business Set-Aside 52.219-8Utilization of Small Business Concerns 52.219-14Limitations on Subcontracting 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22Previous Contracts and Compliance Reports 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.222-26Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37Employment Reports on Disabled Veterans 52.222-40Notification of Employee Rights Under the National Labor Relations Act 52.222-50Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer SAM 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-2Service of Protest 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Dev 2016-O0003) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7004Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003Item Identification and Valuation 252.213-7000Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations 252.222-7007Representation Regarding Combating Trafficking in Persons 252.223-7008Prohibition of Hexavalent Chromium 252.225-7000Buy American Act-Balance of Payments Program Certificate 252.225-7001Buy American Act and Balance of Payments Program 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7048Export-Controlled Items 252.232-7010 Levies On Contract Payments 252.243-7002Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea This announcement will close at 10:00AM HST on May 03, 2016. Quotes must be received via email to norine.horikawa@navy.mil by this time and date to be considered responsive. Questions shall be submitted to Norine Horikawa via email at norine.horikawa@navy.mil by 10:00AM HST on April 27, 2016. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Attachments Attachment A FAR 52.212-3 and ALT 1 Attachment B FAR 52.209-11 Attachment C FAR 52.204-20 ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3054/listing.html)
 
Record
SN04089879-W 20160422/160420234405-8994f4ef7330acd1290bbc3d52064300 (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.