SOLICITATION NOTICE
43 -- Ingersoll Rand Compressor Air End - FAR 52.212-1 Addendum - FAR 52.212-4 Addendum - Offeror's Representations and Certifications - Specifications
- Notice Date
- 3/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-18-R-0180
- Archive Date
- 4/20/2018
- Point of Contact
- James W. Hill, Phone: 732-323-4250, Thomas Kracinovich, Phone: 732-323-7547
- E-Mail Address
-
james.w.hill3@navy.mil, thomas.kracinovich@navy.mil
(james.w.hill3@navy.mil, thomas.kracinovich@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This package constitutes the following: 'PURCHASE DESCRIPTION FOR FULL REPLACEMENT REMANUFACTURED INGERSOLL RAND 1500 HORSEPOWER CENTRIFUGAL AIR END (M/N: 2CII40M3); FLEET READINESS CENTER EAST, MCAS, Representations and Certifications. This attachment is the FAR 52.212-4 Addendum, Deliveries/Performance and Schedule. This attachment is the FAR 52.212-1 Addendum, Instructions to Offerors. 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. The solicitation number is N68335-18-R-0180 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333912. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for the full replacement of one (1) 1500 horsepower (HP) Ingersoll Rand Compressor (S/N: M9810107A, M/N: 2CII40M3) Airend and all other required operations. The Air Compressor is located at Fleet Readiness Center East (FRC East), Marine Corps Air Station (MCAS), Cherry Point, NC. The contractor must be authorized by the OEM and capable of providing all required supplies and services (procurement, transportation, inspection, engineering, installation, removal, rigging, mechanical, electrical, welding, machining, alignment, programming, start-up, testing), parts, tools and materials to successfully perform and complete all required operations. The required operations on compressor and/or associated network components include: (1) Replace existing Ingersoll Rand Compressor Airend (M/N: 2CII40M3) with a remanufactured 1500 HP Ingersoll Rand Compressor Airend (M/N: 2CII40M3), (2) Ensure all existing interface capabilities are maintained between the compressor and associated networks, (3) Replace condensate alarm level switch with new switch on the compressor, (4) Replace existing bypass valve with new bypass valve on the compressor, (5) Replace local control panel Base Control Monitor (BCM) battery with new BCM battery on the compressor, (6) Evaluate operation of all condensate drains on the compressor, (7) Evaluate, calibrate, and correct two (2) existing network flow meters. The 1500 HP Ingersoll compressor (S/N: M9810107A, M/N: 2CII40M3, EIN: 65923081164) required operations are located at Fleet Readiness Center East (FRC East), MCAS, Cherry Point, NC. The resultant contract will be a firm fixed price contract. CLIN 0001: Full Replacement of One (1) 1500 Horsepower (HP) Ingersoll Rand Compressor (S/N: M9810107A, M/N: 2CII40M3) Air End and All Other Required Operations FOB: Destination, FRC East, MCAS, Cherry Point, NC Proposals must be valid for a minimum of 60 calendar days after close of solicitation. All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. No hard copies of the solicitation will be mailed. Early submissions will be accepted. For information regarding the solicitation please contact the POC below: Mr. Jim Hill, 732-323-4250, e-mail: James.W.Hill3@navy.mil The Proposals will be evaluated in accordance with SAP procedures FAR 13.1. The Government intends to award to the offeror whose proposal is most advantageous to the Government based on an evaluation of technical acceptability, schedule, and price. Therefore the initial offers should contain the offerors' best terms. Offerors must acquaint themselves with the regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this solicitation. (See attachment 4) The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-3, Gratuities FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition- Addendum Attached FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must submit a completed copy of the listed representations and certifications, If not completed in SAM please see attached Certifications. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition- Addendum Attached FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52-203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 FAR 52.225-18, Place of Manufacture FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following DFARS clauses are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management Alternate A 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.215-7008 Only One Offer 252.222-7007 Representation Regarding Combatting Trafficking in Persons 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American - Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments Special Instructions: IMPORTANT INFORMATION: All potential businesses must obtain a DUNS number, a CAGE code, and register in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful offeror. Description: Attachment 1: Specifications Attachment 2: FAR 52.212-1 Addendum Attachment 3: FAR 52.212-4 Addendum Attachment 4: Offeror's Representations and Certifications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0180/listing.html)
- Place of Performance
- Address: Fleet Readiness Center East (FRC East), Marine Corps Air Station (MCAS), Cherry Point, North Carolina, 28533-0021, United States
- Zip Code: 28533-0021
- Zip Code: 28533-0021
- Record
- SN04867184-W 20180328/180326231514-19613b6ae44d97dfd181296e72dbaa3d (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 |