Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

47 -- discharge compensator (spare) for installed unit. installed on the discharge side of main dredge pump provides for transmission between main dredge pump discharge flange and discharge pipe inlet flange

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-10-T-0127
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Christopher G Dake, 6512905415
 
E-Mail Address
USACE District, St. Paul
(christopher.dake@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. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. i) Solicitation Number: W912ES-10-T-0127, this is being issued as a request for quotes (RFQ). ii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iii) This procurement will be for unrestricted competition iv) CLIN 0001 Provide 1 discharge compensator to be used as a spare. v) Requirements are defined as follows: Scope of Work Provide to the Government 1 discharge compensator to be used as a spare for the installed compensator. This compensator is installed on the discharge side of the main dredge pump on the dredge Goetz. It provides for a transmission between the main dredge pump discharge flange and the discharge pipe inlet flange, allowing for slight miss alignment between the two flanges and reduces vibration in the system. Because of the 4 week lead time required to manufacture this part we are requesting this award be expedited. Delivery to be 4 weeks after the award of this contract. Compensator specifications: Steel flanged rubber hose 19.29 I.D. X 22 Over all length 24 bolt 1.25 bolt holes on a 29.25 bolt circle 1 wear liner 150PSI working pressure Delivery address: Fountain City Service Base 431 North Shore DR Fountain City WI 54629 Technical point of contact: Keith Graham Equipment Specialist Marine 431 North Shore DR Fountain City WI 54629 608-687-8526 ext 7 vi) Delivery date is 30 October 2010. vii) Provision 52.212-1, Instructions to Offerors-Commercial apples to this acquisition (see below and attached). viii) Provision 52.212-2, Evaluation-Commercial Items applies to this acquisition: (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: Quotes shall be evaluated IAW FAR Part 13 Simplified Acquisition Procedures. Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote. The following factors will be used to evaluate offers: (i)Technical capability of the items and service quoted to meet the Governments requirement; and (ii)Price inclusive of options (the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement; evaluation of options shall not obligate the Government to exercise the option(s)) if applicable. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i)Product description conforming to sepcifications in the scope of work, and determined capable of performing the specified task. The offeror shall not simply rephrase or restate the Governments requirements, but shall provide convincing rationale to address how the Offerors intends to meet these requirements. Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. To be considered for evaluation, all Contractors may submit an electronic proposal to the following e-mail addresses no later than the stated due date and time in block 8 of the SF 1449. Submit an electronic proposal to christopher.g.dake@usace.army.mil and patrick.j.mally@usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date in block 8 of the SF 1449. Submission of proposals via fax will not be accepted. (c) 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. ix) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). x) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. xi) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.223-9, 52.225-13, 52.232-33 xii) Offers are due as indicated below INSTRUCTIONS TO OFFERORS INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to christopher.g.dake@usace.army.mil and patrick.j.mally@usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date in block 8 of the SF 1449. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc&) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit (UNIT PRICE) and extended prices (AMOUNT) in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example E-mail 2 of 6. For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, christopher.g.dake@usace.army.mil with a courtesy copy to Patrick.j.mally@usace.army.mil See attached document for further explanation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-10-T-0127/listing.html)
 
Place of Performance
Address: Fountain City Service Base 431 North Shore DR Fountain City WI
Zip Code: 54629
 
Record
SN02287047-W 20100919/100917235859-6835ebad3a7e2e15942c529233da5bb5 (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.