Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
DOCUMENT

36 -- Sewage Lift Station - Specifications

Notice Date
9/5/2008
 
Notice Type
Specifications
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2WTB28234A001(2)
 
Archive Date
9/27/2008
 
Point of Contact
Jonathan M. Valenzuela,
 
E-Mail Address
jonathan.valenzuela@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Sewage Lift Station (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2WTB28234A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This solicitation is 100 percent small business set-aside. The North American Industry Classification System (NAICS) code is 333911 with a size standard of 500 employees. (v) The purpose of this combined synopsis/solicitation is for the purchase of one HOMA Duplex Sewage Lift Station (AMX334-206-/7.5T/C), or equal, with some of the following traits: Rated Capacity: 300 GPM, Rated Head: 40 FT, Service: 3 PH, 460 Volt, Wet Well Size:72" Diameter x 35' Deep FRP (see below for complete specifications) Full Details: - (Quantity: 2) AMX334-206-/7.5T/C: 7.5 HP, 3 PH, 460 Volt, 50' Cords, Submersible Sewage Pump: HOMA - (2) Auto Coupling, 4" Discharge Elbow - (2) Top Rail Bracket, Stainless Steel (SST) - (4) Intermediate Rail Bracket, SST - (4) 1-1/2" Guide Rail, SST - (2) ¼" x 40' Long Lift Chain, SST - (4) Float Control, 50' Cord - (1) Float Bracket, SST - (1) Duplex Control Panel complete w/ red alarm light, NEMA 4X SST - (1) 72" Diameter x 35' Deep FRP Fiberglass Basin w/ Bottom Anti-Floatation Flange, 3" top flange, (2) 8" PVC Stub-Out, (4) Lift Lugs, and duplex mounting studs - (1) C1R-78: Aluminum Basin Cover w/ Access Hatch, SST Hardware, and 3" vent coupling - (1) 3" Vent Assembly, PVC - (1) 60" Diameter x 8' Deep FRP Fiberglass Valve Box w/ Bottom Anti-Floatation Flange, 3" Top flange, (4) 8" PVC Sleeves, and (2) Lift Lugs. - (1) C1R-66: Aluminum Basin Cover w/ Access hatch and SST Hardware - (2) 4" CI Flanged Check Valve - (2) 4" CI Flanged Plug Valve - (1) 4" SCH 80 PVC Discharge Pipe Package - (2) 4" Mechanical Coupling - (4) Link Seal - (1) Valve Box Drain Package - SST fasteners (as required) - (1) Factory Assembly - (1) Freight & Deliver Ship to address: F2WTB2 819th RED HORSE SQ-OP MGT 6944 Goddard Drive MALMSTROM AFB MT 59402 (vi) The following clauses and provisions apply to this solicitation and are included by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instruction to Offerors - Commercial Items (Apr 2008) 52.212-2 Evaluation - Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2007) *A full text version of this clause will be submitted to awarded vendor. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-1 Payments (Apr 1984) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.204-7004 Central Contractor Registration (52.204-7)(Apr 2008) Alternate A (Sep 2007) 252.225-7000 Buy American Act-Balance of Payments Program Certificate(June 2005) 252.225-7001 Buy American Act and Balance of Payments Program(June 2005) 252.232-7010 Levies on Contract Payments (Dec 2006) (ix) The following clauses and provisions apply to this solicitation and are included in full text: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)) flow down required for all subcontracts subject to the Service Contract Act of 1965 (41U.S.C. 351, et seq.). (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-¬Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2008) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (FEB 2008) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-¬ (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) DoD-G1 Electronic invoicing is now required in accordance with DFARS 252.232-7003. You will need the following information in order to complete your invoices: Paying Office DODAAC: F03000; Issuing Office DODAAC: FA4626; Inspector's BPN: F2WTB2; Email addresses: Contracting Officer: john.sidor@malmstrom.af.mil Contract Administrator: jonathan.valenzuela@malmstrom.af.mil FSC: 4540. (End of Clause) (x) In accordance with FAR 52.212-2, quotes will be evaluated (in no specific order) on price, delivery date, warranty, and capability to meet specifications. (xi) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xii) Quotes are required to be received no later than 4:30PM MST, 12 September 2008. All quotes must be faxed to (406) 731-4005 to the attention of Jonathan Valenzuela or emailed to jonathan.valenzuela@malmstrom.af.mil. Please follow up with a phone call to ensure the fax is received. (xiii) Direct any questions to Jonathan Valenzuela at (406) 731-4677, e-mail address jonathan.valenzuela@malmstrom.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c188948a4b34e23d1593e38f90c5f88d&tab=core&_cview=1)
 
Document(s)
Specifications
 
File Name: Description and drawings of item to be procured. (Specs.doc)
Link: https://www.fbo.gov//utils/view?id=a8798c459ad9272647c350a5a9fd0f18
Bytes: 769.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 6944 Goddard Dr, Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN01660577-W 20080907/080905220839-c188948a4b34e23d1593e38f90c5f88d (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  © 1994-2020, Loren Data Corp.