Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

61 -- Float Switch

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-16-Q-0063
 
Archive Date
8/17/2016
 
Point of Contact
Hawa Janneh, Phone: 7172678036
 
E-Mail Address
hawa.janneh.civ@mail.mil
(hawa.janneh.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number for this procurement is W911N2-16-Q-0063 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is posted as a small business set-aside. The anticipated award will be a Firm Fixed Price Contract. The solicitation shall incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is 335311 The Small Business size standard for this code is 750 employees. Requirement is for Brand Name or Equal: Quotes must be valid for 60 days. If product is EQUAL provided Part Number, Manufacturer and description of item. NOMENCLATURE QTY UI CLIN 0001 PN 9037HG30:08556 8 EA Description: FLOAT SWITCH CLIN 0002 PN 5K956:25795 3 EA Description: MOTOR JET PUMP 1/3 HP,CAPACITOR-START, CLIN 0003 PN 72866-F28T8/XL/SPX41/ECO:5MZT3 288 EA Description: FLORESCENT LAMP CLIN 0004 PN SJOOW12/3:0X4C9 750 FT Description: CORD, RUBBER SJOOW,.375 DIA, 300 VOLT R CLIN 0005 PN 30-244J:30119 1500 EA Description: TWISTER PRO WIRE CONNECTOR CLIN 0006 PN 240086:55885 400 FT Description: PIPE, COPPER, 3/4" x 20', TYPE L, SCHEDU CLIN 0007 PN 45311:1UJH6 800 EA Description: S HOOK 1"L-INSIDE 14-GAUGE 12LB-WLL ZINC CLIN 0008 30 EA PN Q0220:56365 Description: BREAKER, 20 AMP 240 VOLT 2 POLE All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management Registrations (Deviation) (JUL 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting. (NOV 2014) FAR 52.204-17 Ownership or Control of Offeror. (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) (Deviation) FAR 52.219-6 Notice of Total Small business Set-Aside (NOV 20110 FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and remedies (JAN 2014) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (APR 2015) FAR 52.222-35 Equal Opportunity for Veterans (JUL 2014) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Supplies (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-34 F.O.B Destination (NOV 1991) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses incorporated by reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7003 Control Of Government Personnel Work Product (APR 1992) DFARS 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (SEP 2015) DFARS 252.225-7001Buy American Act and Balance of Payments Program- Basic (NOV 2014) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.246-7000 Material Inspection And Receiving Report (MAR 2008) DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (JUN 2013) Alt III 52.211-16 VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10 Percent increase 10 Percent decrease This increase or decrease shall apply to line items 0004 and 0006. FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). 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. Award shall be made to the lowest price technically acceptable offer. Technical acceptability shall be based on meeting the specification standards. Contractors quoting on an equal product must submit sufficient descriptive literature the show the product meets the minimum specifications. Failure to submit supporting documentation on an equal product being offered may render the quote non-responsive and it may no longer be considered for this procurement. Point of Contact: Contract Specialist: Hawa Janneh, hawa.janneh.civ@mail.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) All Amendments, if applicable, must be acknowledged; 3) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 4) Facsimile and email offers will be accepted 5) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. Response Time- Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 4:00 p.m. Eastern Daylight Time on August 2, 2016. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c02fec7020c947615cc6c65827975b86)
 
Place of Performance
Address: Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN04194509-W 20160727/160725235410-c02fec7020c947615cc6c65827975b86 (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.