Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

J -- Repair Fueling Pump #4

Notice Date
1/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E38364A001
 
Archive Date
2/5/2010
 
Point of Contact
Elizabeth A Billham, Phone: 843-963-5182, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil
(libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E38364A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811310 with a $7 million size standard. (v) Contractors shall submit an itemized price list and lump sum quote for the repair of Pump #4 on Hydrant System. A MANDATORY site visit will be conducted on Thursday, 14 Jan 2010 at 10:00AM, and shall include a visit to the work site where the existing pump is currently located. All contractors shall meet at the base front gate located on Dorchester Road, Charleston AFB, SC. If you are planning to attend, please notify the contract specialist, libby.billham@charleston.af.mil via email or 843-963-5182 no later than Monday, 11 Jan 2010 with names of individuals that will be attending. This will help to processing persons on base more expedient. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. All responsible sources may submit a quotation/proposal, which shall be considered. (vi) Contractor will furnish all parts, labor, material and equipment necessary to tear down and quote (as required) and repair the following listed item(s) in accordance with the manufacturer's specifications and/or best commercial practices. All defective parts removed as a result of the repairs required to place this item in satisfactory working condition will be returned or left with the repaired item. Repair the Fueling Pump #4 on Hydrant System located at POL Hazardous Facility 96 on Charleston AFB, SC. The contractor will remove the pump from the site; dismantle, clean, dimensionally to conform to specifications, repair, replace components, as necessary and required from coupler to pump discharge, reassemble, paint, deliver and reinstall pump at site, align pump and motor shafts to tolerances specified by the manufacturer. Install a new mechanical seal and set to manufacturer's specifications. Test run the pump at the site after repair is complete. The repair project will comply with: State and Federal Environmental Governing Standards; MIL HDBK 1022A Petroleum Fuels Facilities; 40CFR112 Oil Pollution Prevention: API Standards for Fuel Receipt and Tank Facility Management: NFPA 30: NFPA 30A, and 29CFR 1910. Contractor must have a certification for working on ULI, Class 1, Group D Explosion proof motors. Apparent Problem: The seal on Phase II Fueling Pump #4 is leaking at an ever-increasing rate and is unsafe to operate. Additional information on the pump includes but is not limited to: Manufacturer: Union Pump Company Size: 3X4X-13A HHS Serial Number: CM94106A-4 CAP: 600GPM Head: 512FT Hydro: 1100 RPM: 3550 Thrust Brg: MRC 7314 PDS Radial Brg: MRC 214S Specific Gravity: 081 HP of Driver: 150HP (vii) Repairs must begin within 10 calendar days of award and be completed within 30 calendar days of award. Pricing shall be FOB destination to Charleston AFB, SC. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement (Offeror shall provide copies of their certification for working on ULI, Class 1, Group D Explosion proof motors which shall accompany the proposal ). 2. Price. The Government will evaluate the total price of the offer for the award purposes. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply FAR 52.222-21 Prohibition Of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.225-1 Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 05-2473 (Rev.10) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 23311 Fuel Distribution System Mechanic $19.74 per hour + 36.25% est for fringe benefits. FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101, Ombudsman); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations (when performance on CAFB is required) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (N/A) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 21 Jan 2010 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E38364A001. (xvi) Address questions to Libby Billham, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email libby.billham@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email Jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E38364A001/listing.html)
 
Place of Performance
Address: CHARLESTON AIR FORCE BASE, CHARLESTON, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02034598-W 20100106/100104235850-5dd55024ccdf27d17e826b63c888ddc2 (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.