Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
AWARD

43 -- Rineer Hydraulic Motor Assemblies

Notice Date
9/14/2010
 
Notice Type
Award Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-10-R-0077
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
Jenifer M. Bordelon, 504-862-2466
 
E-Mail Address
USACE District, New Orleans
(jenifer.m.bordelon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912P8-10-C-0116
 
Award Date
9/14/2010
 
Awardee
HYDRAQUIP DISTRIBUTION, INCORPORATED (003897949)<br> 4723 PINEMONT DR<br> HOUSTON, TX 77092-3527
 
Award Amount
$104,760.00
 
Line Number
0001-0003
 
Description
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 being requested and a written solicitation will not be issued. This requirement is being issued as a 100% Small Business Set-Aside under Request for Quote (RFQ ) No. W912P8-10-R-0077 and is being procured as a firm fixed price contract under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The designated NAICS code is 333911 with a small business size standard of 500 employees. The U.S. Army Engineer District, New Orleans, has a requirement for the following Brand Name or Equal parts: CLIN0001 (Qty 8 Each) - Hydraulic Motor Assembly, Mfg. by Rineer, Model Code M125-A4-1H-250-31-B1-TBB-213 or government-approved equal. The motor shall be suitable for use with ISO grade 68 mineral-based hydraulic fluids. Mounting dimensions, shaft dimensions, port dimensions and configuration shall match the envelope dimensions given in Rineer Hydraulics, Inc. publication DS1251009 4/04. Specifications - Displacement: 250 cubic inches per revolution Pressure Rating: 3000 psi (or higher) Rated Speed: 350 RPM (or higher) continuous Horsepower Rating: 600 HP (or higher) continuous CLIN0002 (Qty 4 Each) - Hydraulic Motor Assembly, Mfg. by Rineer, Model Code M125-A4-1H-128-31-B1-TBB-213 or government-approved equal. The motor shall be suitable for use with ISO grade 68 mineral-based hydraulic fluid. Mounting dimensions, shaft dimensions, port dimensions and configuration shall match the envelope dimensions given in Rineer Hydraulics, Inc. publication DS1251009 4/04. Specifications - Displacement: 128 cubic inches per revolution Pressure Rating: 3000 psi (or higher) Rated Speed: 350 RPM (or higher) continuous Horsepower Rating: 500 HP (or higher) continuous Delivery will be FOB Destination to the following location: GSA Warehouse, 400 Edwards Ave., Bay 1, Harahan, LA 70123. Quotes must include firm-fixed pricing, freight/shipping charges, and delivery time frame after receipt of order. The following provisions and clauses are applicable to subject RFQ: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alt I FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.204-7 - Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to OfferorsCommercial Items FAR 52.212-4 Contract Terms and ConditionsCommercial Items FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, Alt I FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items FAR 52.212-5 (Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-3 Convict Labor FAR 52.222-19 Child LaborCooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans FAR 52.225-1 Buy American ActSupplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration FAR 52.242-13 Bankruptcy FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-6 Authorized Deviations in Clauses FAR 52.253-1 Computer Generated Forms DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A Central Contractor Registration, Alt A DFARS 252.204-7006 Billing Instructions DFARS 252.212-7000 Offeror Representations and CertificationsCommercial Items DFARS 252.212-7001 ( Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.225-7001 Buy American ActBalance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea A single firm-fixed contract will be made to the responsible and responsive offeror having the lowest price. Offerors must be registered with the Central Contractor Registration (CCR) to be eligible for contract award or payment from any DoD activity. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. Offerors must also be registered in ORCA at http://orca.bpn.gov and have completed the annual representations and certifications. All responsible sources may submit a quote for consideration. All quotes should include the following minimum information: Company Name, Address, Cage Code and DUNS Number, Taxpayer I.D. Number, Payment Terms and/or Discount Terms, Point of Contact, Phone Number, Fax Number and Email Address. The contract specialist for this RFQ is Jenifer M. Bordelon at 504-862-2466. Quotes shall be emailed to jenifer.m.bordelon@usace.army.mil not later than 2:00 pm CST, 1 September 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-10-R-0077/listing.html)
 
Record
SN02280686-W 20100916/100914235432-0b34b21f1b76b07fdce370e5d6ca88c0 (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.