Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

46 -- F2F3230096AU07B - Sewage Pump - Statement of Work - Measurements

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F3230096AU07B
 
Archive Date
8/13/2010
 
Point of Contact
Brien Neal Burner, Phone: 8508847794, Leigh Ann Gunter, Phone: 850-884-1269
 
E-Mail Address
brien.burner@hurlburt.af.mil, leigh.gunter@hurlburt.af.mil
(brien.burner@hurlburt.af.mil, leigh.gunter@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications and Measurements of Sewage Pump Statement of Work 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. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation number F2F3230096AU07B is hereby issued as a Request for Proposal. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-44, Effective 08 Jul 2010. This is a set-aside for 100% Small Buisness. The North American Industry Classification System (NAICS) code for this project is 333319 with a size standard of 500; the SIC code is 3589. The Contractor shall provide all management tools, supplies equipment and labor necessary to supply 1 (one) Dry Pit Sewage Pump IAW the attached SOW. Services maintenance and repair tasks shall be in accordance with the procedures recommended by the respective equipment manufacturer specifications. All interested parties may contact A1C Brien Burner by email at brien.burner@hurlburt.af.mil IAW the Statement Of Work. FOB: Destination for delivery to 1 SOCES/CEOIU, BLDG 91109, Hurlburt Field, FL. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: A1C Brien Burner, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 29 July 2010 at or before 1:00 p.m. local time. A Site Visit is scheduled for Tuesday, 20 July 2010 at 10:00 a.m. central time. The purpose of this visit is to view the facility and current equipment. Please notify A1C Brien Burner not later than 9:00 a.m. on Monday, 19 July 2010 by e-mail brien.burner@hurlburt.af.mil or fax to A1C Brien Burner at 850-884-2041 your intent to attend the site visit including names of all attendees and attendee's social security number or driver's license number with state of issue. In order to drive on Hurlburt Field you must bring: valid automobile registration, proof of automobile insurance and valid driver's license. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F2F3230096AU07B. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008). The following clauses are added as an addendum to 52.212-4; FAR 52.252-2, Clauses Incorporated by Reference (Oct 2008); FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); HF037 Wide Area Work Flow Statement (WAWF). Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by the following: 1) The Dry Pit Submersible Sewage Pump provided shall be a Fairbanks Morse pump model 6 x 10 D5436WD or equal in all dimensions and specifications. If an or equal is offered, the pump must be dimensionally identical to the Fairbanks Morse pump model 6 x 10 D5436WD. The motor/pump shall be a 142.5 HP motor with 164.1 FLA, 128 GPM @ 300' TDH, 3/60/460V. Pump shall include inverter grade winding, 2 vane impeller, 1800 RPM motor in 365 frame, 50' power/control cable, SS wear rings, dynamic balance with no testing or special coatings. Additional specifications are provided in attachment 1. A standard cut sheet listing all of the proposed units specifications shall be submitted with the offer for the evaluation of the contractors technical acceptability. 2) The Contractor's installer shall have at least 2 yrs experience in Lift Station utilities maintenance and repair working with pumps rated at 3000 GPM or greater. The contractor shall submit with the offer, any appropriate training and or certification paperwork as proof of the installers qualifications/experience. Any offer not compliant with the technical acceptability information may be found not technically acceptable and removed from consideration for the award. FAR 52.212-3, Offeror representations and Certifications (June 2008) - Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions (Oct 2008) - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2008) - Commerical Items, applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.219-6 Alt II, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor (Feb 2008) - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is A1C Brien Burner, Contract Specialist, Phone (850) 884-7794, Email: brien.burner@hurlburt.af.mil; Leigh Ann Gunter, Contracting Officer,(850) 884-3262, Email: leigh.gunter@hurlburt.af.mil. *For more business opportunities, visit the website http://www.selltoairforce.org and the Small Business Administration (SBA) website http://www.sba.gov. *
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3230096AU07B/listing.html)
 
Place of Performance
Address: 415 Independence Rd, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02204145-W 20100715/100713235134-fb9361262d4872780058d2475d20c2ee (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.