Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOLICITATION NOTICE

43 -- PUMPS - information

Notice Date
8/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM3-17-Q-2076
 
Point of Contact
Sterling Mathews, Phone: 2074382848
 
E-Mail Address
sterling.mathews@navy.mil
(sterling.mathews@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
features SPMYM3-17-Q-2076 Ref 71236391-2 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS. The RFQ number is SPMYM3-17-Q-2076. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm. The NAICS code is 333911 and the Small Business Standard is 750. Solicited as full and open competition. This requirement is brand name or equal to. If providing an "equal to" the vendor must provide specifications. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Quotes must remain valid until 9/30/2017 The Portsmouth Naval Shipyard requests responses from qualified business sources capable of providing: 0001 DEWATERING PUMP ASSEMBLY 2200 1 AY Unit Price Total Price DEWATERING PUMP ASSEMBLY 2200 - 6" FEMALE NPT DISCHARGE, BS236MT IMPELLER, 58 HP ELECTRIC MOTOR, 460VAC, 3PH, W/ 50' OF POWER CABLE. 25' FLYGT SUB CABLE AWG 4/3-2-1-GC. ZINC ANODE SET. GODWIN AUTO CONTROL, PANEL: 70A OVERLOAD, 3 PH P42 CABLE ENTRY.N/O MECHANICAL PILOT FLOAT SWITCH W/ 100' CORD LENGTH. FLYGT MODEL# 2201.012 OR EQUAL 0002 DEWATERING PUMP ASSEMBLY 3500 1 AY Unit Price Total Price DEWATERING PUMP ASSEMBLY 3500 - 10" MALE NPT DISCHARGE, BS432MT IMPELLER, 87 HP ELECTRIC MOTOR, 460VAC, 3 PH, W/50' OF POWER CABLE. 25' FLYGT SUB CABLE AWG 1/3-2-1-GC. ZINC ANODE SET. GODWIN AUTO CONTROL PANEL: 125A OVERLOAD, 3 PH, NEMA 3R STEEL ENCLOSURE. N/O MECHANICAL PILOT FLOAT SWITCH W/ 100' CORD LENGTH. FLYGT MODEL# 2250.011 OR EQUAL 52.204-13, SAM Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.211-6, Brand name or equal 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.211-9014, Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023, Substitution of Item After Award 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-9004, Small Business Program Representation 52.225-25, Prohibition on Contracting with Entities or Transactions Relating to Iran- Reps and Certs (Dec 2012) 52.232-18, Availability of Funds. 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-34, F.O.B-Destination 52.247-9012, Requirements for Treatment of Wood Packaging Material 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (Dec 2015) 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 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 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001, Buy American -Balance of Payments Program Certificate--Basic (NOV 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies By Sea This announcement will close at 9:00 am EST on August 16, 2017. The Point of Contact for this solicitation is Donna Quill who can be reached at 207-438-2386 or email donna.j.quill@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Please submit bids via e mail to donna.j.quill@navy.mil All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-17-Q-2076/listing.html)
 
Place of Performance
Address: Kittery, Maine, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04621530-W 20170811/170809233443-6e5cf0e70a73f4c1b1a04152f1c7982a (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.