Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

43 -- BARE PUMP

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NAVSUP Fleet Logistics Center Pearl Harbor, Joint Base Pearl Harbor Hickam, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N6247813RCF0032
 
Response Due
11/26/2012
 
Archive Date
5/25/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, 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 N6247813RCF0032 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 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 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 2012-11-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001, BARE PUMP MODEL # XCS12C, S/N: 272701, CAPAPCITY: 3600, HEAD: 27', RPM: 800, HIGH CHROME IMPELLER, CAST IRON CASING, HI CHROME LINER (FOR BARE PUMP). JOHN CRANE TYPE 1 DOUBLE MECHANICAL SEAL,HARD FACES INBOARD, 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 - Pearl Harbor 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 - Pearl Harbor 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. 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Central Contractor Registration Personal Identity Verification of Contractor Personnel (Jan 2011) Instructions to Offerors Evaluation Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) Prohibition on Contracting with Inverted Domestic Corporations (May 2011) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Electronic Funds Transfer - CCR Payment by Third Party Privacy or Security Safeguards Service Contract Act of 1965 (NOV 2007) Statement of Equivalent Rates Exemption from Application of SCA to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements Exemption from Application of the SCA to Contracts for Certain Services--Requirements Fast Payment Procedures Evaluation of Options Option to Extend Services Option to Extend the Term of the Contract Availability of Funds Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Contracting Officer's Representative Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) CCR Alternate A Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) (Jan 2012) Item Identification & Valuation Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Preference for Certain Commodities (JUN 2010) Electronic Submission of Payment Requests Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) Requests for Equitable Adjustment (MAR 1998) Hazard Warning Labels Prohibition of Hexavalent Chromium (May 2011) Buy American Act-Balance of Payments Program Certificate Levies on Contract Payments Notice of Continuation of Essential Contractor Services (OCT 2010) Wide Area Workflow (WAWF) Authorized Changes by the KO (FEB 2008) Prospective Contractor Responsibility Questions regarding this request for quote must be submitted by [Enter Date and Time]. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. Transportation of Supplies by Sea (iv) Alt III Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Buyer intends to issue award using a government issued purchase card and to communicate purchase card account information to Selected Seller outside of the FedBid ePayment system. Bids from Sellers unable to accept purchase cards will not be considered for award. 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. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.) No partial shipments are permitted unless specifically authorized at the time of award. Transportation of Supplies by Sea (iv) Alt III Brand Name or Equal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N6247813RCF0032/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860-4549
 
Record
SN02934721-W 20121122/121120234709-e3e52b291ca2d00cef2b1d78b1006a05 (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.