Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

61 -- 3FT Wave Flume Generator

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-16-R-0031
 
Archive Date
12/30/2016
 
Point of Contact
Stacy D. Thurman, Phone: 6016343198
 
E-Mail Address
stacy.d.thurman@usace.army.mil
(stacy.d.thurman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Competitive quotes are being requested under W912HZ-16-R-0031. The associated North American Industry Classification System (NACIS) code for the procurement is 333996 (Fluid Power Pump & Motor Manufacturing and the Small Business size standard is 1,250 employees. The US Army Corps of Engineers, Engineer Research and Development Center has a requirement for a 3ft wave flume generator.   Description of Requirement - W81EWF61539981 CHL - 3Ft-Wave Flume Generator The Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory, Harbors, Entrances and Structures Branch is in need of purchasing a new wave generator for a flume measuring 0.91-m-deep by 0.91-m wide (3-ft). The new generator is to be an electric- drive system with active wave absorption capabilities. The wave generator should meet the following capabilities: Stroke: piston-type generator with minimum 2-m stroke powered by AC servo motors Wave Height at water depth of 0.76 m Monochromatic: minimum wave ht of 0.4 m at 1.6 sec period; 0.20 m at 4.0 sec period Spectral: minimum significant wave height of 0.20 m at 1.6 sec; 0.10 m at 4.0 sec period Mounting: the wave generator will mount to metal frame on top of the existing wave flume. Framework and racks of wave generator will be stainless steel. Generator paddle: paddle will be either stainless steel or glass reinforced plastic Controls: wave generator will be operable from a remote location via Ethernet, including remote start-up, calibration of wave probes on the paddles, and monitoring of the paddle position, demand signals and wave height signals. Emergency stop buttons will be available near the generator and also in the remote control room. Software: wave generator will include wave generation software suitable for generation of monochromatic or irregular (single and bi-modal) wave trains or user-defined spectra, and provide for active wave absorption. Delivery: All items are to be delivered to the Engineer Research and Development Center (ERDC), 3909 Halls Ferry Road, Vicksburg, MS 39180-6199. On-site Training: On-site commissioning and training will be provided upon delivery to the Engineer Research and Development Center (ERDC) in Vicksburg, MS. Delivery Date: Installation and training should be completed by 30 Sep 2016   BID SCHEDULE: Line Item 0001 - Electric Wave Generator w 2-m stroke Qty - 1 Unit Price: ___________ Total Amount______________ Line Item 0002 - Contractor Travel to ERDC Total Amount_______________ Line Item 0003 - Installation, Software and Training Total Amount________________ Line Item 0004 - Shipping & Handling Total Amount_________________   Only new equipment will be accepted. All equipment must be warranted and must be supportable by the manufacture. In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160630, (06/30/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following apply to this acquisition: 52.203-5 Covenant Against Contingent Fees 52.204-7, System for Award Management Registration (Deviation) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3, Convict Labor 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relation Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-1, Biobased Product Certification 52.225-1, Buy American- Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes - Fixed Price 52.252-2, Clauses Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003, Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Interested parties may submit quotes for consideration by the Government to Stacy.d.thurman@usace.army.mil not later than 26 July 2016 - 11:00 A.M., CST. Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Contracting Office Address: USACE-ERDC ATTN: CEERD-CT/Stacy Thurman 3909 HALLS FERRY ROAD VICKSBURG, MS 39180-6199 Place of Performance: USACE-ERDC ATTN: CEERD-CHL/Glenn Myrick 3909 HALLS FERRY ROAD VICKSBURG MS 39180-6199 Point of Contact(s): Stacy Thurman, 601634-3198
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-16-R-0031/listing.html)
 
Place of Performance
Address: USACE-ERDC, CHL, 3909 Halls Ferry Road, Vicksburg, MS 39180, vicksburg, Mississippi, 39183, United States
Zip Code: 39183
 
Record
SN04183674-W 20160716/160714235722-eae3fffb36b9b3a08a22080e82f0c3f0 (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.