Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

J -- Rebuilding/Replacement of existing High Temperature Hot Water (HTHW) pumps with GFE

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
292-2007-P-(CQ)-0008
 
Response Due
4/15/2007
 
Archive Date
4/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-16 are incorporated. The National Institute Environmental Health Sciences (NIEHS) Campus located within the Research Triangle Park (RTP), Durham, North Carolina, has a need for a contractor for the rebuilding and replacement of existing Gould API-610 rated High Temperature Hot Water (HTHW) pumps with government furnished pumps and rebuild old pumps to Original Equipment Manufacturer??s (OEM??s) specification with a one year Factory Warranty. The scope of work is to cover rebuilding four (4) HTHW pumps. STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish all necessary services and qualified technical personnel, not otherwise provided by the Government. This Scope of Work is for rebuilding and replacement of existing Gould API-610 rated High Temperature Hot Water (HTHW) pumps with government furnished pumps and rebuild old pumps to Original Equipment Manufacturer??s (OEM??s) specification with a one year Factory Warranty. This scope of work is to cover rebuilding four (4) HTHW pumps. One pump at a time shall be rebuilt. Each pump shall be tested and fully operational before the next pump rebuild is started. All work shall be performed in accordance with the North Carolina State Building Code and applicable amendments. All OSHA safety and NFPA requirements shall be followed. All on-site work shall be performed during normal working hours: 7:00 a.m. to 5:30 p.m. Monday through Friday. No overtime is authorized for this work. SCOPE OF WORK A. Replace existing HTHW pump with Government Furnished pump. a. The contractor shall remove existing HTHW pump and replace with government furnished pump. Work shall include: i. Remove existing pump ii. Remove and machine balance impeller from existing pump iii. Install balanced impeller in government provided pump iv. Install government provided pump v. Laser align pump (hot alignment at 1200RPM), provide shims as necessary vi. Alignment shall be within allowable deviations specified by pump O&M manual. B. Testing and Acceptance a. The contractor shall test the pump at 1200 RPM operating speed. b. The contractor shall ensure pump is leak free prior to acceptance by the government. c. All work shall be completed within 14 calendar days of Notice to Proceed. C. Rebuild Old Pump a. The contractor shall transport HTHW pump to off-site shop for: i. Cleaning ii. Inspection of operational characteristics and dimensional clearances iii. Replacement of worn parts, including new gaskets and bolts iv. Restoration of pump to OEM operational and dimensional specifications v. Restored pump components shall be painted with blue heat resistant paint and touched up after installation b. The contractor shall then return the pump to NIEHS PERIOD OF PERFORMANCE: 120 days After Receipt of Order (ARO) Contract Type: Firm-Fixed Price Section B Price and Cost Schedule. CLIN Item Unit Price Each Total 0001 Firm-Fixed-Price Rebuilding/Replacement of existing Gould API-610 rated High Temperature Hot Water (HTHW) pumps with government furnished pumps and rebuild old pumps to Original Equipment Manufacturer??s Pump $____________ $____________ EMPLOYEES: The contractor shall ensure all employees working on the NIEHS Campus possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: ( http://www.dol.gov/compliance/guide/aw.htm#whowhich ). Additionally, Contractor employees will follow all NIEHS regulations - submission of contractor employees names and work schedule to the Government project officer to be submitted to the NIEHS Security office and to the main entrance gate guards (the Government project officer should be contacted of any changes of this information before the arrival of the contractor employees), possession of pictured identification such as a valid state drivers license or other valid identification card for each employee for review at the main entrance gate (vehicles may be searched going in and out of the Institute by the NIEHS security), each employee shall obtain a pictured contractor??s badge at the NIEHS security office between 8:00 AM and 4:00 PM - Monday - Friday, parking in service parking spaces (limited to two per contractor) during regular working hours with a NIEHS parking permit (available at the main security office to be issued for each month) or the Contractor??s company logo on the sides of the vehicle (after-hour parking at the loading docks may be available if extensive material unloading and frequent trips to the vehicle are required with approval of Government project officer and notification of NIEHS security); employee personal vehicles may be parked in the NIEHS main parking lot located above South Campus building 101 when issued a temporary parking pass; smoking in permitted areas only; and no firearms, explosives, pets/animals, or illegal drugs are allowed. The Government project officer will be available supply any information to the contractor concerning Institute regulations. TECHNICAL EVALUATION CRITERIA 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. Technical Approach is consider more important than price The following factors shall be used to evaluate offers: Technical Approach: The demonstrated technical approach will be evaluated. Specifically, offerors must address the following that are of equal importance: ?X Furnish all necessary tools and test equipment to pursue the fulfillment of work performed ?X Factory authorized service providers for Gould Pumps. ?X Use of Original Equipment Manufacturer parts/materials. Price Evaluation: Evaluation under this factor will include an assessment of offered prices for reasonableness. PROPOSAL INSTRUCTIONS AND FORMAT: Failure to address the requirement in the solicitation may result in an unacceptable proposal. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.252-2 Clauses Incorporated by Reference (located at http://www.acquisition.gov/far/ ). The following are also applicable to this solicitation: Companies shall also comply with PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. All questions shall be addressed Kyle A. Turner by email only, NLT 3:00 P.M. EST on April 5, 2007. Proposals shall be submitted by email only to Kyle A. Turner at: turnerky@mail.nih.gov Proposals are due by 3:00 p.m. EST on April 16, 2007. No phone calls will be accepted.
 
Place of Performance
Address: National Institutes of Health, Office of Acquisitions ?V ORF, Facilities Services Contracting Branch, 111 T. W. Alexander Dr., bldg 102, room S158B, Research Triangle Park, NC
Zip Code: 27709
Country: UNITED STATES
 
Record
SN01262901-W 20070401/070330220440 (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.