Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOLICITATION NOTICE

45 -- Faucet Mechanisms

Notice Date
5/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332913 — Plumbing Fixture Fitting and Trim Manufacturing
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-08-1386
 
Point of Contact
Ashley Fowler,, Phone: 410-966-8192, Noreen Pleines, Phone: 4109653468
 
E-Mail Address
ashley.fowler@ssa.gov, noreen.pleines@ssa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Social Security Administration is seeking quotations for several faucet mechanisms to replace and renovate restroom sinks at the Agency’s Annex Building. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written request for quotation will not be issued. This procurement is being conducted as a simplified acquisition in accordance with FAR Subpart 13.5. The North American Industry Classification System (NAICS) code for this acquisition is 332913. The small business size standard is 500 employees. All responsible small business sources may submit a quotation that shall be considered by the Agency. Quotations submitted from other than small businesses will be rejected. The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular 2005-25. This request for quotation is identified as Solicitation Number SSA-RFQ-08-1386. REQUIREMENT: ITEM #1- Faucets (Qty. 100) •Must have modular construction with all concealed components above deck. •Double infrared sensors with automatic setup and indicator light. •Automatic self-adapting sensor technology. •Magnetic solenoid valve. •Water supply connections with flexible high pressure hoses and strainer for hot and cold. •6 volt DC plug-in transformer that could accommodate electrical connections up to 6 faucets. •Should have integral spout mixer. •No pop-up drain. •5 9/16” from cock hole to aerator outlet. •Height 6 7/8” •The faucet should not be for single cock hole. ITEM #2- Connecting Cables (Qty. 300) •Power Supply for faucets •Inter Connecting Cables •AKA Daisy Chains ITEM #3- Water tubing •120’ ft type “L” copper ˝” ITEM #4- Valves (Qty 200) •Measure 5/8” OD (Outside Diameter). Compression X 3/8” OD. Compression 90deg angle stop valves ITEM #5- Sweat Fitting (Qty. 50) •90deg ˝” copper elbows sweat fitting ITEM #6- Copper tees (Qty. 150) •˝” sweat copper tees DELIVERY INFORMATION: All deliveries will be to the SSA operation Building Loading Dock, 6401 Security Blvd, Baltimore, MD 21235. PACKAGING INSTRUCTIONS: The government purchase order number must be shown on the outer wrapping of all packages CLAUSES: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this /these address(es):www.arnet.gov. 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Feb 2007) 52.247-34 F.o.b. Destination (Nov 1991) INSTRUCTIONS TO OFFERORS: FAR Clause 52.212-1, Instruction to Offerors-- Commercial Items (April 2008) is incorporated by reference. The following provisions apply: paragraph (a) the NAICS code is 332913 with a size standard of 500 employees; paragraph (b) Offers should be submitted on formal business letterhead stationary and should include the information required by (b)(1),(b)(2),(b)(3),(b)(4)- technical literature including item description (sizes/colors, etc.) and brand name (if applicable). The following provisions also apply: (b)(5) through (b)(9), (b)(11), (c), Also applies: (f), (g), (j), (k) and (l). The following do not apply: (b)(10), (d), (e), (h), (i). AWARD WITHOUT DISCUSSIONS: Offerors are reminded that FAR 52.212-1(g) provides that the Government intends to evaluate offers and award without discussions (except clarifications as described in FAR 15.306(a)). Responses must be submitted by 12:00 p.m. EST, Monday, May 19, 2008 emailed to Ashley.Fowler@ssa.gov Note to Offerors: The following extensions are not permitted to be sent within SSA's E-mail system: asx, bat, chm, cmd, com, cpl, eml, exe, gz, hta, htm, html, job, js, jse, lnk, mp3, mpeg, ocx pif, reg, scr, shb, shs, vbe, vbs wmd, wmv, wmx, wsf and wsh. File attachments with these extensions will be stripped and deleted from messages as they come in or attempt to go out of the E-mail system. There is also a file size limit of 10 megabytes for messages being received. SOLICITATION INQUIRIES Inquiries concerning the solicitation document shall be submitted in writing by e-mail to the following address: Ashley.Fowler@ssa.gov ALL INQUIRIES MUST BE RECEIVED, IN WRITING, NO LATER THAN 12:00 P.M., LOCAL PREVAILING TIME Wednesday May 14, 2008. The Government will make every attempt to answer questions which will not automatically result in the extension of the due date for receipt of quotes. The Government cannot guarantee the answers will be issued at least 3 calendar days before the quote due date and time. All questions and their respective answers will be made available in the form of an amendment to this announcement EVALUATION – Commercial Items: In accordance with FAR 12.301(c)(2), the provisions set forth below are provided in lieu of the clause at 52.212-2, Evaluation--Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government taking into consideration the following factors: price, technical acceptability for the items; and, most expeditious delivery time. The Government reserves the right to make a trade off of these factors. To be considered for an award under this solicitation offerors must provide a firm, fixed f.o.b. destination price for all six line items stated in the requirement. Only 1 award will be made. In the event of a tie the socio-economic status of the offeror could be decisive if two or more offerors are considered equal in terms of the factors stated above. In this situation the Government may consider the socio-economic status of the offerors in the following descending order of priority: (1) 8(a); (2) HUBZone; (3) Service Disabled; or (4) Small Business. OFFEROR'S RESPONSIBILITY: FAR 9.103(b) requires that the Contracting Officer make an affirmative determination of responsibility for a prospective contractor with respect to any proposed contract award. Therefore, due consideration shall also be given to those general standards for responsible prospective contractors as set forth in FAR 9.104-1, including (but not necessarily limited to) whether the offeror is otherwise qualified and eligible to receive an award under applicable laws and regulations. To be eligible for award offerors must be registered in the Central Contractor Registration database. NOTICE OF AWARD: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. REPRESENTATIONS AND CERTIFICATIONS FAR 52.212-3 -- Offerors must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items (NOV 2007), with their quote. The Representation and Certifications can be found at website www.arnet.gov. Notwithstanding the offeror may be registered in ORCA, you are required to complete the following paragraphs which apply specifically to this solicitation: (c) (1) through (6) and (c)(10), as they apply to the applicable NAICS code; (j) for each line item; and (l)(2). INTERESTED VENDORS LIST - The “Interested Vendors Module (IVL)” in FedBizOpps has been enabled for this solicitation. Vendors are encouraged to register their interest in this solicitation. The use of IVL will: 1) provide you with automatic notice of solicitation amendments; 2) provide your contact information to the contract specialist; and 3) enable the contract specialist to publish a listing of the interested vendors through FedBizOpps to facilitate vendor collaboration for subcontracting opportunities, partnering or joint ventures. No other listing of interested vendors will be created or be available for release.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=852483f8ccb5de837b78299e0bd1d667&tab=core&_cview=1)
 
Place of Performance
Address: SSA operation Building Loading Dock, 6401 Security Blvd, Baltimore, MD 21235., Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN01569033-W 20080510/080508215748-852483f8ccb5de837b78299e0bd1d667 (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.