Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS

43 -- TRASH PUMP TRAILER MOUNTED

Notice Date
July 12, 2001
Contracting Office
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-01-T-B096
Response Due
July 25, 2001
Point of Contact
Kathleen Verbeckmoes, (808) 473-7514 or Joseph Saunders, (808) 473-7509 Contracting Officer
Description
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. Request for Quotation number N00604-01-T-B096. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. The provisions and clauses in the RFQ are those in effect through FAC 97-27. The Regional Contracting Department, Fleet & Industrial Supply Center, Pearl Harbor, Hawaii intends on negotiating a firm-fixed contract. Material is for fuel and barge: For fuel transfer from barges. The following item: Item 0001, 1/EA -- 8" Trash Pump Trailer Mounted, Suction & Discharge Sizes: 8" w/Bauer style fittings, Pump/Engine Operating speed: 1,000 to 1,800 rpm, Priming system: Vacuum, 80-CFM, Total dynamic Head: 150 feet/45.72m, Suction lift capability: 30 feet/9.14m, Engine: Perkins 1000.6T Diesel Engine, Flow Rate: 4,200 gpm single suction & discharge, 5,300 gpm, w/dual suction & 10 or 12" discharge, Solid Handling: 5", Fuel Tank w/gauge: 125 gallon, Axles: 2 ea, 6,000 Torflex Axles, Tires & Wheels: 4 ea, 15" radials, Jack stands: 5 ea., Trailer Chains: 2 ea., rated 5,000 lbs., Trailer Hitch: Pintel, Lifting Bale: Heavy Duty, Battery & Cables: Heavy Duty, Fuel Cap: Lockable w/Strainer, Paint System: Powder coated on frame and components, Trailer lighting: DOT Approved. Any questions about the specifications will not be addressed until after the closing date. This procurement is 100% small business set-aside. The NAICS Code and the small business size standard for this procurement is 333911 and 500 employees respectively. All contractors must be registered in the Central Contracting Registration database to be eligible for a Department of Defense contract award. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a quotation. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items and FAR 52.212-3 Alt 1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies", the quoter shall state and list the country of origin. DFAR 252.212-7000 -- Offeror Representations and Certifications-Commercial Items (NOV 1995), and DFAR 252.225-7035 -- Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (MAR 1998)-Alternate I (MAR 1998). The following clauses are applicable: FAR 52.212-1, Instructions to Offerors -- Commercial Items, Addendum (h): a single award will be made. FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. FAR 52.212-4 Contract Terms and Conditions -- Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial items. Under this clause the following are incorporated by reference: FAR 52.222-21 -- Prohibition of Segregated Facilities, FAR 52.222-26 -- Equal Opportunity (E.O. 11246), FAR 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 -- Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332), 52.222-41 -- Service Contract Act of 1965, as amended (41 U.S.C. 351, et. Seq.), 52.222-42 -- Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et. Seq.), and DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, Under this clause the following is incorporated by reference: DFARS 252.225-7001 -- Buy American Act and Balance of Payment Program (41 U.S.C. 10a, 10d, E.O. 10582). The following clauses applies, FAR 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.204-7001 -- Commercial And Government Entity (CAGE) Code Reporting, DFARS 252.225-7000 -- Buy American Act -- Balance of Payments Program Certificate, FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. These clauses may be obtained via the Internet at http://www.arnet.gov/far, http://farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.htm. Responsibility Information (FISCPH) (AUG 2000) is required. Review of Agency Protests (FISCPH)(MAY 2001) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "Contracting Officer" or "Reviewing Official". (d) Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Proposals must be received no later than July 25, 2001, 10:00 a.m., HST. Proposals should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 201A.KV, Attn: Kathleen Verbeckmoes, 1942 Gaffney St., Suite 100, Pearl Harbor, HI 96860-4549, or email to: kathleen_m_verbeckmoes@pearl.fisc.navy.mil. Facsimile proposals will be accepted at (808) 473-2008/0811. See Note (1)
Record
Loren Data Corp. 20010716/43SOL003.HTM (W-193 SN50R714)

43 - Pumps and Compressors Index  |  Issue Index |
Created on July 12, 2001 by Loren Data Corp. -- info@ld.com