Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

43 -- Hypres HY2-6000-H15-E3 Breathing Air Compressor System with CO Monitor

Notice Date
4/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
P.O. Box 168, Yellowstone National Park, WY 82190
 
ZIP Code
82190
 
Solicitation Number
P13PS00469
 
Response Due
4/22/2013
 
Archive Date
10/19/2013
 
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 P13PS00469 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 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 333912 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 2013-04-22 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yellowstone National Park, WY 82190 The National Park Service requires the following items, Exact Match Only, to the following: LI 001: Hypres HY2-6000-H15-E3 High Pressure Breathing Air Compressor with CO Monitor as follows: 4-Stage Compressor; Dual Class Two Containment Complete Air Management Panel all mounted on a common frame; 10HP, three phase 208/220/460 electric motor; Charge Rate is 14 CFM at 6000 PSI; Vertical Modular Design Mounted on a Common Frame; Forklift Holes for Moving Unit 2 Mil Zinc-Rich Primer & 2 Mil Powder Coat; Drive Motor Belt Guard; Pump: 9 Pound Crankshaft and Oversized Bearings; Combination 70 lb Oil Pressure, First & Final Cylinder Oil Injection and Splash Lubrication; Relief Valves on Each Stage of Compression; Intercoolers/After coolers; *Electrical-Driven Oil Pump; 3 Qt. Oil Capacity with a Spin-On Oil Filter Dimensions: 69.5?W x 30?D x 66?H Aprox. 2900lbs. CO MONITOR: Electronic Carbon Monoxide Monitor. provides continuous monitoring alarms (visual and audio) accurately detecting as little as 1 PPM of (CO) in an air supply. This unit features a "mini" electro chemical sensor cell. Warm up time is less than 5 seconds. An adjustable AUDIO/VISUAL ALARM capable of being PRESET to any desired alarm condition from 0 to 500 ppm. A green, toggle switch controlled, LED indicates power 'ON'. A red LED alarm light and toggle 'mute' switch for the AUDIO ALARM. Auxiliary Relay with Override, Metal Case enclosure, RFI / EMI Protection, Inlet Filter 5 Micron. Air Flow Control (manual with flow meter) and pressure line monitoring. Installed in compressor at factory, Includes, CO test cylinder kit. REMOTE FILL HOSE REEL: Spring rewind reel with 100 feet of high pressure breathing hose; Heavy-duty spring motor; Non-sparking ratchet assembly; Declutching arbor; 90? full flow swivel joint with 1/2" female NPT threads; Outlet is 1/2" female NPT threads; FHN700 reels pressures up to 6000 psi (414 bar); Temperatures from +20? F to +400? F (-7? C to +204? C); Supplied with a 4-way roller assembly. DELIVERY/WARRANTY: System shall come with a complete 2-year manufacturer's warranty. Delivery time shall be no more than 30 days from receipt of purchase order., 1, 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, National Park Service 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. National Park Service 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. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-66. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: 52.212-1INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 52.212-4CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10REPORTING EXECUTIVE COMPENSATOIN AND FIRST-TIER SUBCONTRACT AWARDS 52.222-50COMBATING TRAFFICKING IN PERSONS 52.233-3PROTEST AFTER AWARD 52.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM 52.219-6NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-28POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3CONVICT LABOR 52.222-19CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21PROHIBITION OF SEGREGATED FACILITIES 52.222-26EQUAL OPPORTUNITY 52.222-36AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-3BUY AMERICAN ACT-FREE TRADE AGREEMENTS-ISRAELI TRADE ACT 52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33PAYMENT BY ELECTRONIC FUNDS TRANSFER: SAM - SYSTEM FOR AWARD MANAGEMENT (FORMERLY CCR - CENTRAL CONTRACTOR REGISTRATION) DIAPR 2011-04ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS INTERNET PAYMENT PLATFORM (IPP) Payment requests must be submitted electronically thought the U.S. Department of the Treasury?s Internet Payment Platform System (IPP). Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitutes a proper invoice, the payment request must comply with the requirement identified in the applicable Prompt payment clause included in the contract, or the clause 52.212-4, Contract Terms and Conditions ? Commercial Items including in commercial item contracts. The IPP website address is : https://www.ipp.gov. The Contractor must use the IPP website to register and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 ? 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973~3131.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00469/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 82190
 
Record
SN03034449-W 20130413/130411235159-b4a9e21cc6a793d6bef68eb46a3c81f4 (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.