Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

43 -- Centrifugal Pumps

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0514
 
Response Due
7/31/2003
 
Archive Date
8/15/2003
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
carol.wood@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF THE FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS.***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible offerors may submit a quote.***The National Institute of Standards and Technology (NIST), has a requirement for seven (7) each Centrifugal Pumps, Allis Chalmers Model Number AC10x10SE, or equivalent, and three (3) each Spare Pump Impellers, for use by the NIST, Center for Neutron Research, to replace existing cooling water pumps.***All interested parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity seven (7) each Centrifugal Pumps, Allis Chalmers Model Number AC 10x10SE, or equivalent, meeting all of the following required salient characteristics: (1) Double suction, horizontal split casing type centrifugal pumps; (2) Fluid: Cooling Tower Water; (3) Flow: 2850 gallons per minute; (4) Total Discharge Head (TDH): 70 Feet; (5) Net Positive Suction Head (NPSH) Available: 30 Feet; (6) Pumps shall include all iron construction, stainless steel shaft, grease lubricated ball bearings, John crane type 1 mechanical seals with adjustable rings and wearing rings; (7) The impeller supplied shall be manufactured per Allis-Chalmers part number 08-984-562-556 or equal, shall be 10 inches in diameter, and well balanced at the pump rotational speed; (8) Pumps shall fit into the existing foundation bed plate and piping without any change to or modification of the existing installation. Reference Attachment 1 for required pump dimensions to fit into the existing foundation; (9) Pumps shall use existing 60 HP, 1750 RPM electric motors and shaft couplings. The Contractor shall prove the performance by actual performance testing of these pumps at the manufacturers' facility. The Government reserves the right to witness the performance tests at the Contractor's facility. LINE ITEM 0002: Quantity three (3) each Spare Pump Impellers, Allis Chalmers part number 08-984-562-556, or equivalent, meeting all of the following required salient characteristics: 10 inches in diameter; Spare impellers shall be well balanced at the rotational speed of the pump at the Contractor's facility. A Certificate of Balancing shall be provided to NIST. Perfect rotational balance is required for proper and longer service of the pumps. LINE ITEM 0003: On-Site Warranty: The Contractor shall provide, at a minimum, a five (5) year on-site warranty. The warranty shall cover performance, and defects in the pumps and/or parts thereof. The warranty shall cover parts, labor, travel, and any other costs associated with repair & making the pumps fully functional. LINE ITEM 0004: Required Documentation - The Contractor shall provide all of the following required documentation: Certification of Compliance of the Materials of Construction; Performance Curves; List of Spare Parts; Performance Testing Certification; Impeller Balancing Certificate; Installation, Maintenance and Care Manual; and Troubleshooting Manual.***A SITE VISIT shall take place on TUESDAY, JULY 15, 2003, at 10:00 AM Eastern Standard Time. Attendees shall convene at NIST, in the lobby of Building 235, 100 Bureau Drive, Gaithersburg, Maryland. The site visit shall allow quoters to view the facility where the pumps will be installed. Potential quoters are strongly encouraged to attend site visit. In no event shall failure to inspect the instrument constitute grounds for a claim after contract award. ***SITE VISIT REQUIREMENTS: To better facilitate the site visit, it is requested that all technical questions be submitted in writing to Carol A. Wood, Contract Specialist, via e-mail or fax not later than 3:00pm Eastern Standard Time on Monday, July 14, 2003. If required, an amendment including questions and answers shall be posted at www.fedbizopps.gov. Quoters are advised that the terms and conditions of the RFQ remain the same unless changed by amendment.***SECURITY REQUIREMENTS: BECAUSE OF HEIGHTENED SECURITY, QUOTERS WHO ARE PLANNING TO ATTEND THE SITE VISIT SHALL E-MAIL THEIR INTENTION TO ATTEND TO CAROL WOOD, AT CAROL.WOOD@NIST.GOV, NOT LATER THAN 12:00 NOON ON MONDAY, JULY 14, 2003, WITH THE FOLLOWING INFORMATION: 1) COMPANY NAME; 2) NAMES OF ALL INDIVIDUALS ATTENDING THE SITE VISIT; COUNTRY OF CITIZENSHIP OF ALL INDIVIDUALS ATTENDING THE SITE VISIT. For non-US Citizens, the following additional information will be required: 1) Title; 2) Employer/Sponsor; 3) Address. Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each quoter to register for the site visit. Attendees must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive). Attendees shall ensure they arrive in time to obtain a visitor's badge and report to the site visit location stated above. Please ensure all individuals bring photo identification or they will be denied access to the facility. ***Delivery shall be FOB DESTINATION and shall be completed not later than October 15, 2003. FOB DESTINATION means: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.***The Contractor shall deliver the equipment to NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD. ***Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor.***Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics and CLEARLY DOCUMENTS that the offered products meet or exceed the specifications stated above and meet the needs of the Government in the same manner as the brand name.***Past Performance will be evaluated to determine the overall quality of the products and services provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10). Offerors shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed.***The following provisions and clauses apply to this acquistion: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.219-22 Small Disadvantaged Business Status. CLAUSES: 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its' offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its' offer); (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.225-5, Trade Agreements, (Reference Numbered Note 12); (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (30) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All quoters shall submit the following: 1) An original and two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the following provisions: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-3 Offeror Representations and Certifications-Commercial Items; and 52.219-22 Small Disadvantaged Business Status. All provisions may be downloaded at www.acqnet.gov/far. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. All quoters shall ensure the RFQ number is visible on the outermost packaging.***Submission must be received not later than 3:00 p.m. local time on JULY 31, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00366037-W 20030710/030708213506 (fbodaily.com)
 
Source
FedBizOpps.gov 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.