Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

36 -- Fuel Polishing/Transfer Trailer System - Package #1

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Pearl, Bldg. 475-2, Code 200, 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii, 96860-4549, United States
 
ZIP Code
96860-4549
 
Solicitation Number
N0060418Q4085
 
Point of Contact
Beverly A. Suzuki, Phone: 8084737555
 
E-Mail Address
beverly.suzuki@navy.mil
(beverly.suzuki@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - FAR 52.212-. & Alt 1 Attachment 1 - Specifications 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 FAR 13, as supplemented with the additional information included in this notice. 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 on FEDBIZOPPS. The RFQ number is N0060418Q4085. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20180824. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334513 and the Small Business Standard is 750 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the decision. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 - FUEL POLISHING/TRANSFER TRAILER SYSTEM: Fuel transfer trailer with a self-motorized fuel polishing system that can remove organic and inorganic contaminants including but not limited to impurities, algae and water from bulk storage diesel tanks in accordance with the specifications outlined in Attachment 1. Delivery by January 30, 2019; Delivery Location is FOB Destination NCTAMS PAC in Hawaii - please see Attachment 1. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 - Fuel Polishing System Specifications Attachment 2 - 52.212-3 Alt 1 Reps & Certs Quotes shall detail components to make up the system with part numbers, descriptions, and unit costs. Please identify parts numbers on GSA Schedules or as open market. Quotes shall also include a drawing of the intended fuel polishing system and the narrative of the intended design addressing: •Fuel polishing •Fuel transfer •How proposed components are appropriately sized and matched to account for the engineering aspects of the fluid dynamics. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. A complete quote in response to this Combined Synopsis/Solicitation must include completed Attachment 2. All clauses shall be incorporated by reference in the order. The following FAR provision and clauses are applicable to this procurement: 52.204-16Commercial and Government Entity Code Reporting 52.204-18CAGE Maintenance 52.212-1Instructions to Offerors - Commercial Items 52.212-3Offeror Representations and Certifications - Commercial Items 52.212-4Contract Terms & Conditions-Commercial Items 52.212-5Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers w/Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer 52.232-40Providing Accelerated Payments to Small Business Subcontractors Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating To Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.211-7003Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-- Basic 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 252.244-7000 Subcontracts for Commercial Items And Commercial Components (DoD Contracts) 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea This announcement will close at 5:00pm EST on Wednesday, 19 Sept. 2018. All responsible sources may submit a quote to beverly.suzuki@navy.mil. 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 and determination of responsibility, and technically acceptable low bids. 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 on-line at http://www.sam.gov/. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4085/listing.html)
 
Place of Performance
Address: NCTAMS PAC, ATTN: LT. ANTHONY LUCAS, BLDG. 336, Wahiawa, Hawaii, 96786, United States
Zip Code: 96786
 
Record
SN05086965-W 20180915/180913230930-e99ed37d3ee9e62930496bdc4ab0f05f (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.