Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
SOLICITATION NOTICE

46 -- Duplex Sewage Pump Station

Notice Date
6/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Pine Bluff Arsenal Contracting Office (RI-CC), ATTN: CCRC-ISP, 10-020 Kabrich Circle, Pine Bluff, AR 71602-9500
 
ZIP Code
71602-9500
 
Solicitation Number
W911RP10T0117
 
Response Due
6/30/2010
 
Archive Date
8/29/2010
 
Point of Contact
Angelia Guynn, 8705404077
 
E-Mail Address
Pine Bluff Arsenal Contracting Office (RI-CC)
(angelia.guynn@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Rock Island Contracting Center, Pine Bluff Contracting Office has a requirement for duplex sewage pump station, Gorman Rupp Factory Built 6X6 above ground fiberglass reinforced enclosed automatic pump station. The North American Industry Classification System code 333911 is applicable. SPECIFICATIONS: Mechanical Equipment: Two Gorman Rupp Super T4A self-priming, horizontal centrifugal sewage pumps rated for 500 gpm at 50 TDh with V belt motor driven with 15 hp 1750rpm ODP, pump drain kit with stainless steel fittings, individual suction lines, individual 4 swing check valves, 4 3- way plug valves, and 6 internal piping. Also included are an alarm horn, alarm light, ventilator fan, and a automatic air release valves. Electrical Equipment: NEMA 1 stainless steel, dead front type enclosure motor control center with thermal-magnetic motor branch circuit breaker, across the line magnetic motor starters with overload protection on all phases, 3KVA power transformer, voltage monitor, panel corrosion inhibitor, bubble liquid level control, air pumps, air flow indicators, high water alarm light, lead pump/lag pump alternator; fault indicators, elapsed time indicators, pump run lights, high pump temperature protection, motor overload resetters, pump sequence selector switch, duplex GFI receptacle, high water alarm and high pump temperature shutdown pump #1 and #2. Installation of the above equipment: Set pump station at existing lift station site. Bore three (3) 6 inch diameter holes for (2) 4 inch PVC Suction lines and level control line in concrete lid, set and anchor pump station, install suction lines and air bubbler. One (1) day start up installation Supervision. The electrical and discharge piping will be performed by others. Installation shall take place 30 days after receiving award. The following clauses and provisions are applicable and are included by reference. 52.204-7 Central Contractor Registration (Oct 2003), 52.212-1 Instructions to Offerors Commercial Items, Jan 2005, 52.212-3 Offeror Representations and Certifications- Commercial Items (MAR 2005) 52.212-4 Contract Terms and Conditions- Commerical Items Sep 2005, 252.204-7004 Alt A Central Contractor Registration (Nov 2003), 252.225-7001 Buy American Act and Balance of payments Program (June 2005), 252.232-7003 Electronic Submission of Payment Request (Jan 2004), 542.212-5 Contract Terms and Conditions Required to Implement Statues or Executiv Orders- Commercial Items (Apr 2005) including clause/provision at 52.222-19 Child Labor- Cooperation with Authories and remedies (June 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 02), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998), 52.225-13 Restrictions on Certain Foreign Purchases (Mar 2005) and 52.232-33 Payment by Electronic Funds Transfer, Central contractor Registration (Oct 2003). 252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items (Sep 2005) including clause/provision at 252.225-7001 and 252.232-7003 Buy American Act and balance of Payments Program (June 2005), Electronic Submission of Payment Required (Jan 2004). The following clauses and provisions are applicable and are included by full text. 52.000-4955 WIDE AREA WORKFLOW INFORMATION INSTRUCTIONS RDECOM - PINE BLUFF CONTRACTING DIVISION ADMINISTERED (MAR 2008) To implement DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, RDECOM Acquisition Centers use Wide Area Work Flow Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this order. Submission of hard copy DD250/invoices will no longer be accepted for payment. The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ IMPORTANT INFORMATION: Please submit your invoice/receiving report in WAWF when you ship your items. We have nothing to receive your shipment against if the information has not been submitted in WAWF when your delivery arrives. Include the Purchase Request Number in the Line Item Description. You will find it under the Line Item Description on this order. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF. [ X ] Invoice and Receiving Report (Combo) (pick one) [ ] Invoice as 2-in-1 (Services Only) Vendor Cage Code: ________ Pay DoDAAC: HQ0303 Issue Office DoDAAC: W911RP Admin DoDAAC: _W911RP or DCMA DoDAAC_______ Ship To DoDAAC: W911RP WAWF will prompt asking for additional e-mail submission after clicking SIGNATURE. Enter the following e-mail addresses to expedite the routing process of the invoice. Contract Specialist: angelia.guynn@us.army.mil KO's : brenda.henry@us.army.mil COR: mike.carr1@us.army.mil; The paying office DoDAAC and mailing address will be located on the front of your award. You can track your payment information on the DFAS website at http://www.dod.mil/dfas/contractorpay/myinvoice.html. Your purchase order/contract number or invoice will be required to inquire about status of your payment. Questions concerning payment should be directed to the payment office identified in the contract. Please have your Contract number and invoice ready when calling about payment status. END OF STATEMENT AC 52.0237-4005 Accounting for Contract Services (March 2005: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1)Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2)Contract number, including task and delivery order number; (3)Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5)Estimated direct labor hours (including subcontractors); (6)Estimated direct labor dollars paid this reporting period (including subcontractors); (7)Total payments (including subcontractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9)Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-2 Evaluation, Commercial Items (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: ((i)Price (ii)Technical Ability (iii) Delivery Factors are listed in descending order of importance. Award will be made to the lowest priced offer with acceptable delivery schedule. (b) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) AMCAC 52.233-4052 AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ, Army Materiel CommandFacsimile number (703) 806-866/8875 Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Packages sent by FedEx or UPS shold be addressed to: HQ, Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 AMC-Level Protest Procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. PB 52.000-4306 I INSPECTION AND ACCEPTANCE (PBA) (AUG 90) (4306I) : Inspection and acceptance will be at destination, unless otherwise provided herein. Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor, unless loss results from negligence of the United States Government. Delivery is F.O.B. Destination, Address Trans Ofc M F Property Ofc, (W911RP), Receiving Section RSI Brch, Bldg 23-330, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Point of Contact is Angelia Guynn@ 870-540-4077. Quotes are due by June 30, 2010 and may be faxed to Angelia Guynn @ 870-540-4090 or emailed to angelia.guynn@us.army.mil. Solicitation number W911RP-10-T-0117 must be included in the subject line of all emails, faxes etc. Emailed offers that do not contain the solicitation number may be deleted without review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da4f65f3422a74775e36ccf27437c7c8)
 
Place of Performance
Address: Pine Bluff Arsenal Contracting Office (RI-CC) ATTN: CCRC-ISP, 10-020 Kabrich Circle Pine Bluff AR
Zip Code: 71602-9500
 
Record
SN02180219-W 20100619/100617235101-da4f65f3422a74775e36ccf27437c7c8 (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.