Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

46 -- Waste Water Treatment Plant On-site Hypochlorite Generation System - Amendment 1

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-14-T-0042
 
Archive Date
10/9/2014
 
Point of Contact
Keely Webb, Phone: 5306342478, Nigel J. Prince, Phone: 5306349092
 
E-Mail Address
keely.webb@us.af.mil, nigel.prince@us.af.mil
(keely.webb@us.af.mil, nigel.prince@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Building 125 Layout (WWTP) Answers to WWTP Questions Updated Bid Sheet for Offerors Waste Water Treatment Plant On-site Hypochlorite Generation System This solicitation notice has been amended to change due date and question/responses. ***QUOTES DUE NLT 24 SEPTEMBER 2014 AT 12:00 P.M. (PST)*** 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. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) and the solicitation number is FA4686-14-T-0042. This solicitation will result in a firm-fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76 August 25, 2014. The NAICS code for this requirement is 333318, Other Commercial and Service Industry Machinery Manufacturing, and the Product Service Code (PSC) is 4610. The Small Business Size Standard is 1,000. The requirement is a total small business set-aside and only qualified offerors may submit bids. Contract Line Item Numbers (CLINS): · Item No. 0001 - Purchase and install a 200 PPD on-site hypochlorite generation system (or equal), in accordance with all industry standards. Equipment shall include, but is not limited to: hypochlorite generation system, brine storage tank (10 ton salt capacity), hypochlorite storage tank ( 1200 gallon storage capacity ) and water softeners, as required and remove/replace exchange water softener. Supplier will provide three (each) operation and maintenance manuals for newly installed equipment. · Item No. 0002 - Digital ctontrols - the option for controls must be compatible with Beale AFB Siemens controls and SCADA system, or must be a stand-alone unit. · Item No. 0003 - One-year maintenance/training for on-site hypochlorite generation system. · Item No. 0004 - Contractor will supply one set of manufacturer's recommended on-hand spare parts, to include: all equipment items and special tool requirements recommended by manufacturer. The 9 th Contracting Squaron is requesting quotes for the purchase/install of a new 200 PPD on-site hypochlorite generation system for the Beale AFB Waste Water Treatment Plant. Delivery and installation will be made at: Bldg. 125, J Street Beale AFB, CA 95903 The Contractor shall comply with the following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-3 - Gratuities 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance 52.209-5 - Certification Regarding Responsibility Matters 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors - Commercial Items Addendum to FAR 52.212-1 (b)(4) - Offeror shall provide product literature of quoted brand name or equal item. (b)(6) - Total price for each CLIN. (b)(10) - Past performance information to list three references of whom your company has done similar work for, to include: contract #, point of contact (POC), telephone number and e-mail address. Note: Please see attached Bid Sheet for breakdown of CLIN pricing and delivery/installation times. 52.212-2 - Evaluation - Commercial Items - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following are some of the factors that will be used to evaluate offers to determine what may represent the best value to the Government: · Price · Technical · Past performance · Items delivery and installation times A written notice of award or acceptance of an offer, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial items 52.212-5 52.203-6 - Restrictions on Subcontractor Sales to the Government 52.204-10 - Reporting Executive Compensation and First-tier Subcontract Awards 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.219-6 - Notice to Total Small Business Set-aside 52.219-8 - Utilization of Small Business Concerns 52.219-28 -Post Award Small Business Program Representation 52.222-3 - Convict Labor 52.219-14 -Limitations on Subcontracting 52.222-19 -Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22- Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-41 - Service Contract Labor Standards\ 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-44 -Fair Labor Standards Act and Service Contract labor Standards - Price Adjustment 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 - Buy American - Supplies 52.225-13 - Restrictions of Certain Foreign Purchases 52.232-33 -Payment by Electronic Funds Transfer - System for Award management 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.219-1 - Small Business Program Representations 52.222-42 - Statement of Equivalent Rates for Federal Hires - In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for information only - it is not a wage determination: Engineering Technician III/$16.76 + 32.85% 52.228-5 - Insurance - Work on a Government Installation 52.237-1 - Site Visit 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area WorkFlow Payment Instructions 252.232-7010 - Levies on Contract Payments 5352.201-9101 - Ombudsman 5352.223-9001 - Health and Safety on Government Installations 5352.242-9000 - Contractor Access to Air Force Installations Quote submissions may be mailed, faxed, e-mailed or hand carried, NLT 24 September 2014 at 12:00 p.m. PST, to the following: 9 CONS/LGCA Attn: Keely Webb 6500 B Street Beale AFB, CA, 95903 keely.webb@us.af.mil Fax: (530) 634-3311 Please direct all questions to keely.webb@us.af.mil. The offeror must be registered in the System for Award Management (SAM) at https://www.sam.gov/index.html/#1 and must have the applicable NAICS code registered. Lack of registration in the SAM database will deem an offeror ineligible for award. A site visit will be conducted on 18 September 2014 at 9:00 a.m. (PST). To reserve a space at the site visit, please send an e-mail to keely.webb@us.af.mil indicating the names of those attending, no later than (NLT) 17 September 2014 at 3:00 p.m. (PST). Limit of two personnel per company, please. Site visit attendees without base access must complete the attached Entry Access List (EAL) and e-mail to keely.webb@us.af.mil, NLT 15 September 2014 at 3:00 p.m. (PST). Failure to submit the EAL document on time may result in access to Beale AFB being denied. Requests for Information (RFI) may be submitted, via e-mail, to keely.webb@us.af.mil NLT 12:00 p.m. (PST) on Friday, 19 September and answers will be posted to this Solicitation page on Monday, 22 September by 4:30 p.m. (PST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-14-T-0042/listing.html)
 
Place of Performance
Address: Bldg. 125, J Street, Beale AFB, CA 95903, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN03521898-W 20140924/140922235218-afc12764596172fb1d51513f2ffc19fa (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.