Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

43 -- PUMP, CENTRIFUGAL, SALT WATER, 500 GPM

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-T-4038
 
Response Due
9/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis solicitation for a commercial item prepared in accordance with FAR 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 N62473-07-T-4038 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97.19 and issued in accordance with FAR 13.5. This procurement is Set-Aside for Small Business, North American Industry Classification System (NAICS) Code: 333911, Size Standard: 500 Employees. Delivery will be F.O.B. Origin. The Transportation Account Code (TAC) is N884. The contractor may use DD Form 250, Material, Inspection and Receiving Report or its standard commercial invoice for delivery and invoicing. ------ Description: Pump, Centrifugal, Salt Water, 500 GPM, 152 FT Total Dynamic Head (TDH) with two (2) Male Cam Lock for the Naval Facilities Engineering Logistic Center Port Hueneme. Salient Characteristics: Pump Unit, Centrifugal, Salt Water, Diesel-Engine Driven (DED), Skid Mounted specification: Diesel-Engine-Driven, Must be JP8 Compatible; Centrifugal, Salt Water Pump-Style A Axially Split Side Suction, Size 4 four(4) inch discharge, four (4) inch Suction, 500 GPM with a Total Dynamic Head of 152 feet including a 15 foot Suction Lift, with two (2) Male Cam Lock; Skid Mounting, the pump and engine shall be securely mounted on a steel skid; Lifting, Center of Balance and Tie-down attachments; Three (3) each four (4) inches X ten (10) foot rubber, wire reinforced Suction/Discharge hoses, and Male and Female Cam Lock (Male one end Lock (Male at one end and Female at one end); One (1) each, four (4) inches foot value with Female Cam Lock; One (1) each, four (4) inches Strainer (Square Hole type) NPT with Female Cam Lock; Base Pump and Engine painted color Seabee Green Number 34064 (Lusterless Olive Green) with identifying markings, Marking will consist of the letters: U.S. NAVY and the Navy USN/ID Number displayed on both sides of the pump. The lettering and the numbers are to be color Black and all one size ranging from One (1) and One Half (1/2) inches to Three (3) inches in size. The numbers are to be placed as appropriate on available surface (Usually on the Skid) for easy identification, Painted and Stenciled (Do Not Use Pressure Vinyl Numbers). These markings are in letterings and numbers as follows: EC: 522019, NSN: 4320-00-273-8468, REF: MIL-P-17551F, Style A, Size 4. (End of Salient Characteristics paragraph). The Total Number of Unit Items to be ordered: Four (4) Each. ---The contract terms and conditions under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (MAR 2007) applies. The contract terms and conditions under DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (APR 2007) applies. Instructions to Offerors will be in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items such as follows: (a). Inquiries by Offerors: All technical questions, questions about the proposal submission process or other questions pertaining to this solicitation must be submitted in writing via email to Maria Nailat at maria.nailat@navy.mil before 12:00 p.m., PST, 03 September 2007. (b). Evaluation Methodology: Offeror?s are required to submit a written technical proposal demonstrating their understanding of the Government?s requirement. The contract is to be awarded to the single offeror whose proposal meets the requirement of this solicitation. This determination will be made after the evaluation of all proposals against the established evaluation criteria in all Factors and Subfactors required in this solicitation is complete. The selection will be made by the Contracting Officer based on evaluation and input from the Technical and Price evaluators. The selection will be based on Technically Acceptable Low Price proposal. (c) Each offer shall contain a Cover Letter containing pertinent information to permit effective evaluation, Technical Proposal, Price Proposal, completed certifications and representation in accordance with FAR 52.219-1, Small Business Program Representations or print out of ORCA. The technical proposal is where the contractor should demonstrate that it meets the requirement of the solicitation, meeting the required delivery of the solicitation, successful past performance on comparable projects within the previous three (3) years, in accordance with FAR Part 42.15, and Published Price List, Published Market Prices and Previously Awarded Contracts on Similar Items. The evaluation factors and proposal submittal requirements will be in accordance with FAR 52.212-2, Evaluation Commercial Items. Evaluation Factors for Award: Proposal evaluation will be in accordance with Evaluation Factor 1: Technical Capability. Subfactor 1(a). Pump must be capable of pumping 500 GPM at 152 FT TDH with two Male Cam Locks. Pump must have a JP8 compatible DED engine, system must be skid mounted, system will use 4 inch rubber, wire reinforced suction/discharge hoses with Female Cam Locks, and have a minimum of four (4) inch filter/strainer screen. Subfactor 1(b) Previous Experience: The contractor must show where they have produce similar types of equipment within the past three (3) years and provide supporting documentation that they still have the capability, it is not necessary to show they have produced the exact item but they must show where they have experience with salt water pumping systems of various sizes. Subfactor 1(c) Past Performance ? Reference POC Sheets (this form will provided to offeror upon request via email at maria.nailat@navy.mil). Factor 2, Price. The contractor shall provide a Firm Fixed Price for each unit. The price proposal will be determined to fair and reasonable cost in accordance with FAR 15.402, the contracting officer?s determination based on comparison with published commercial price from previously awarded contract on similar item, the assistance of NFELC through price comparison of other historical data such as previously competed awarded contract of same of like items. Your offer, both and technical and price proposal shall be submitted to the following delivery address, either by U.S. postal or via commercial delivery service, no later than 2:00 P.M. PST, September 8, 2007, at the Naval Facilities Engineering Command Southwest, Specialty Center Contracts Core, Code RAQN0, Naval Base Ventura County, Attn: Maria Socorro C. Nailat, 1205 Mill Road, Bldg. 850, Port Hueneme, CA 93043-4347. Electronic submission is acceptable. -----FAR Provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be technical capabilities, price, past performance. Offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5 apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3. Additional Information: The work location city and state will be determined at contract award.
 
Place of Performance
Address: To be determined.
Zip Code: 93043
Country: UNITED STATES
 
Record
SN01386684-W 20070829/070827221816 (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.