Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

44 -- Furnaces

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
, INDIAN HEAD, MD 20640
 
ZIP Code
20640
 
Solicitation Number
N0016112RC16650
 
Response Due
4/27/2012
 
Archive Date
10/24/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is N0016112RC16650 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333994 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Annapolis, MD 21402 The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001, Dual Chamber Furnace with the following salient characteristics: chambers shall be at least 12 inches wide x 12 inches tall x 18 inches long, operating temperature of at least 2450 degrees Fahrenheit in the top chamber, operating temperature of at least 1200 degrees Fahrenheit in the lower chamber, argon inlet port in the upper quench furnace, reach 1600 degrees Fahrenheit in 2 hours time, over temperature protection on both chambers, controlled by microprocessor based digital time proportioning temperature controllers, top furnace shall have a counterbalanced vertical lift door that is operated by a pneumatic cylinder, lower furnace shall have a horizontal swing door with a cam latch, all power controls shall be mounted in a separate enclosure at the rear of the furnace, include 1 fusible disconnect, operate from 208V single phase or 208V three phase, 1, EA; LI 002, Single Chamber Furnace with the following salient characteristics: at least 9 inches wide x 12 inches tall x 14 inches long, Capable of 2200 degrees Fahrenheit, reach 1650 degrees Fahrenheit in 2 hours, operate from 208V single phase or 208V three phase, 1, EA; LI 003, Heat Treating Safety Gloves rated for 1100 degrees Fahrenheit, 4, Pair; LI 004, 18 inch heavy duty flat jaw tongs, 2, EA; LI 005, 24 inch heavy duty flat jaw tongs, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-57 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 333994 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ The following FAR and DFAR provisions and clauses are incorporated by reference: 52.204-7 - Central Contractor Registration (April 2008)52.212-1 - Instructions to Offerors - Commercial Items (June 2008)52.247-34 - F.O.B. Destination (November 1991)252.204-7003 ? Control of Government Personnel Work Products (April 1992)252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A (September 2007)252.211-7003 - Item Identification and Valuation (Aug 2008) The following FAR and DFAR provisions and clauses are incorporated by full text: 52.212-3 - Offeror Representations and Certifications--Commercial Items (October 2010) Alternate I (April 2002)52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2011) to include:52.204-10 ? Reporting Exective Compensation and First-Tier Subcontract Awards (July 2010) 52.209-10 ? Prohibition on Contracting with Inverted Domestic Corporations (May 2010)52.219-6 ? Notice of Total Small Business Set-Aside (June 2003)52.219-28 - Post Award Small Business Program Representation (April 2009)52.222-3 - Convict Labor (June 2003)52.222-19 - Child Labor - Cooperation with Authorities and Remedies (July 2010)52.222-21 ? Prohibition of Segregated Facilities (February 1999)52.222-26 - Equal Opportunity (May 2007)52.222-36 ? Affirmative Action for Workers with Disabilities (October 2010)52.223-18 - Contractor Policy to Ban Text Messaging while Driving (September 2010)52.225-13- Restriction on Foreign Purchases (June 2008)52.232-33- Payment by Electronic Funds Transfer-CCR (October 2003)52.252-2 ? Clauses Incorporated by Reference (February 1998)252.203-7005 ? Representation Relating to Compensation of Former DoD Officials (November 2011)252.209-7999 ? Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (January 2012)252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (December 2010) to include:252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (January 2009)252.225-7001 ? Buy American Act & Balance of Payments (January 2009)252.232-7003- Electronic Submission of Payment Requests (March 2008)(i)252.247-7023 Alt III ? Transportation of Supplies by Sea (May 2002)252.223-7008 ? Prohibition of Hexavalent Chromium (May 2011)252.225-7000 ? Buy American Act ? Balance of Payments Program Certificate (December 2009)252.232-7010 - Levies on Contract Payments (December 2006)5252.NS-046P - Prospective Contractor Responsibility (1 Aug 2001) (NAVSUP FLC Norfolk)5252.232-9402 ? Wide Area Workflow (WAWF)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0016112RC16650/listing.html)
 
Place of Performance
Address: Annapolis, MD 21402
Zip Code: 21402
 
Record
SN02729743-W 20120426/120424235305-c5d5d1c9cc84bdc894f74dd6f5c94e04 (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.