Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

J -- Burton Corblin Transfer Pumps Overhaul

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A12T0007
 
Response Due
8/17/2012
 
Archive Date
8/31/2012
 
Point of Contact
Melissa Sanders (850) 320-3266
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N0463A-12-T-0007, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 2012. The revelant NAICS code is 333298 with Small Business Size Standards of 500 employees. The Naval Experimental Diving Unit, Panama City, FL, has a requirement for support providing services including, but not limited to, all labor, materials, specialized tools, and equipment to complete the overhaul of four Burton Corblin gas transfer pumps. The transfer pumps are a subsystem of the Navy Experimental Diving Unit (NEDU), Ocean Simulation Facility (OSF). Work shall conform to the following sections that are included in the Statement of Work (SOW). The work consists of on-site overhaul of both top end and bottom end open inspection and replacement of required parts and reassemble. Line up system and perform a pressurized leak test prior to running transfer pumps in IAW Burton Corblin transfer pump manuals. The offeror shall provide a firm fixed price quote in accordance with the specifications listed in attached SOW. The quote shall include: CLIN 0001 HE/N2 Pump Model: D124HG5/21_Serial Number D4049: The work consists of on-site overhaul of both top end and bottom end open inspection and recommended replacement parts provided by contractor, and reassembly of the following subsystems: 1st and 2nd Stage Process Head & Cylinder Assembly, Process Check Valve, Hydraulic Limiter (PM3R), Compensating Pump Assembly, and Crankcase Assembly. CLIN 0002 HE/N2 Pump Model: D124M16S_Serial Number 3597C94: The work consists of on-site overhaul of both top end and bottom end open inspection and recommended replacement parts provided by contractor, and reassembly of the following subsystems: Single Stage Process Head & Cylinder Assembly, Process Check Valve, Limiter Assembly, Compensating Pump Assembly, and Crankcase Assembly. CLIN 0003 Mixed Gas Pump Model: D124M16S_Serial Number 013C: The work consists of on-site overhaul of both top end and bottom end open inspection and recommended replacement parts provided by contractor, and reassembly of the following subsystems: Single Stage Process Head & Cylinder Assembly, Process Check Valve, Hydraulic Limiter, Compensating Pump Assembly, and Crankcase Assembly. CLIN 0004 Oxygen Pump Model: D164LM25/21_Serial Number 5423: The work consists of on-site overhaul of both top end and bottom end open inspection and recommended replacement parts provided by contractor, and reassembly of the following subsystems: Single Stage Process Head Assembly, Process Check Valve, Limiter Assembly, Compensating Pump, and Crankcase Assembly. The following provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications “Commercial Items; 52.212-4 Alt I, Contract Terms and Conditions ”Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications in accordance with the SOW. Factor 2 Price: Offeror shall provide firm fixed price for cost of parts and hourly rates, in the above format, identifying the parts cost and labor costs proposed for each. The Government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror ™s name, address, point of contact, phone and e-mail address; (3) offeror ™s DUN ™s number, CAGE code and TIN number; (4) documentation that shows the offeror ™s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) provide Reps & Certs FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, acceptable to provide Reps & Certs provided by vendors through ORCA; and (6) narrative addressing how the offeror will achieve the requirements listed in the SOW and combined synopsis solicitation; (7) firm fixed price quote; and (8) signature on the page that lists the price. The clause FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.232-33, and 252.203-7000, 252.212-7001, 252.232-7003, and 252.232.7010. Questions must be received no later than 2:00 p.m. CST on 13 August 2012. Offers must be received no later than 2:00 p.m. CST on 17 August, 2012. Send questions and electronic proposals to Melissa Sanders at melissa.sanders@navy.mil AND Corey Rezner at corey.rezner@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Melissa Sanders, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407. Telephone inquiries will not be accepted. All inquiries must be submitted by email to the above listed personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A12T0007/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, Florida
Zip Code: 32407
 
Record
SN02831400-W 20120810/120809000417-14ade0d8d9f576cb6c27626ceb5853b4 (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.