Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOLICITATION NOTICE

46--46 -- AERATION SYSTEM AND PUMPING STATION

Notice Date
11/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer (90C1), Mountain Home, Tennessee 37684
 
ZIP Code
37684
 
Solicitation Number
621-32-06
 
Response Due
12/15/2005
 
Archive Date
1/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
AERATION SYSTEM AND PUMPING STATION. 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; quotations are being requested and a written solicitation will not be issued. Solicitation 621-32-06 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This acquisition is 100% set aside for small business concerns. NAICS code for this solicitation is 423830 and the small business size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This RFQ contains two (2) line items. Quotations are being solicited on a brand name OR EQUAL basis in accordance with FAR 52.211-6. A Firm Fixed Price (FFP) type purchase order is anticipated with 2 line items as follows: Item 001 _ Qty. 1 - Aeration System for Pump Station specified in Item 002 to include the following: 1/3 HP Motor blower package with circuit breaker, contactor, H-O-A Switch, 24-HR time clock, 3' 6" stainless steel diffuser bar, and snap-cap diffusers. Item 002 _ Qty. 1 - Factory built package, wet well mounted, sewage pumping station to deliver 240 GPM at 26' TDH, complete as follows: All equipment is assembled on a 6' 6" wide by 7' 0" long welded steel baseplate, with wet well access cover, and enclosed within a hinged and insulated fiberglass cover. The principal items of equipment include: two (2) Vaughn Model 3VL-075 Chopper Pumps, with 7.5 HP, 1800 RPM, ODP Motors for 3/60/460 Volt Power, two (2) 4" wafer style swing check valves, two (2) 4" plug valves; 4" steel discharge piping, terminating with a plain end and compressor coupling; duplex power and control panel with circuit breakers and motor starters; four (4) mercury float switches; heater; ventilation blower; single phase transformer; 120V red alarm light and horn; unit is shop painted and wired except for power feed lines and external connections; Dakota Pump, Inc. standard construction features, materials and appurtenances. Evaluation factors are price, technical, and delivery. Responding bidders shall include adequate information with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the information furnished by the bidder or identified in the quotation and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTATION. Include manufacturer's name, model number, and specifications in your quotation. Unless the bidder clearly indicates in its quotation that the product being offered is an "equal" product, the bidder shall provide the brand name product referenced in the solicitation. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items (MAR 2005), must be completed and submitted with the quotation. A copy is attached to this solicitation. The delivery location is Mountain Home, Tennessee 37684. The FOB point for this acquisition is Destination. Quoted prices shall be delivered (F.O.B. Destination) prices. Contract financing will NOT be provided for this acquisition. Quotation shall include, proposed delivery in weeks, pricing for items individually packed, the company Tax Information Number and DUNS Number. The Government will make an award from this request for quotation to the responsible bidder whose quotation is determined to be the lowest priced, technically acceptable to the Government. The following FAR clauses apply to this notice. Bidders may obtain full text versions of these clauses electronically at www.acqnet.gov/far/. FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005). FAR 52.212-2 Evaluation-Commercial Items-Price, technical and delivery are evaluation factors - (JAN 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (SEPT 2005). The following FAR clauses listed in 52.212-5(b) are incorporated: 52.219-6, Notice of Total Small Business Set Aside (JUNE 2003); 52.222-3, Convict Labor (JUNE 2003); 52.222-19, Child Labor _ Cooperation with Authorities and Remedies (JUNE 2004); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.225-1, Buy American Act, Balance of Payments Program, Supplies (JUN 2003); 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005); 52.232-34, Payment by Electronics Funds Transfer-Other than Central Contractor Registration (MAY 1999), the time period mentioned in paragraph (b)(1) of the clause is concurrent with the first request. All interested parties must be registered with the Central Contractor Registration (CCR). CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. By submission of a quotation, the bidder acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. It is the bidder's responsibility to review the web site for any changes to the RFQ. Bidders that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotations prepared by debarred, suspended, or otherwise ineligible bidders are at the risk and expense of the bidder. All responsible sources may submit quotation packages, including technical capability (brand equivalency if applicable), and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, NO LATER THAN December 15, 2005, 4:30 PM ET. Point of contact for this acquisition is Kerwin H. Fulton, Contracting Officer, (423) 979-3580. Quotations can be emailed to Kerwin.Fulton@med.va.gov; faxed to (423) 979-3544 or mailed to Kerwin H. Fulton, Contracting Officer (90C); James H. Quillen VA Medical Center, Building 8, Room 313, Mountain Home, TN 37684. Verbal quotations will not be accepted. No special format or form is required for your quotation; however, a completed copy of FAR 52.212-3 with Alt. I, Representatives and Certifications, must be included. Award is subject to the availability of funds and the Government reserves the right to not make an award at all.
 
Place of Performance
Address: MOUNTAIN HOME, TN
Zip Code: 37684
Country: United States
 
Record
SN00941263-W 20051201/051130090121 (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.