Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

35 -- Rotary screw air compressor, rotary screw variable speed compressor, accessories, installation, and operational demonstration

Notice Date
7/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0348
 
Response Due
7/26/2011
 
Archive Date
8/10/2011
 
Point of Contact
Kimberly Rieder 619-532-4356
 
E-Mail Address
kimberly.rieder@navy.mil
(kimberly.rieder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-11-T-0348. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. This solicitation is issued as small business set-aside NAICS Code 333912 Air and Gas Compressor Manufacturing is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: One (1) each Rotary Screw Air Compressor R110i-A-125/460v OR EQUAL; Line Item 0002: One (1) each Nirvana Rotary Screw Variable Speed Compressor-Master IRN100H-CC/460v OR EQUAL; Line Item 0003: One (1) each Nirvana Refrigerated Dryer NVC1000 OR EQUAL; Line Item 0004: One (1) each Intelliflow System Controller 3 IX03 OR EQUAL; Line Item 0005: One (1) each Standard Vertical Receiver Tank 1060 gallon/ 150 psi; Line Item 0006: One (1) each Ingersoll Rand Line Reactor 60hz (380v/60hp, 380v/75hp, 460v/100hp) 50hz (380/400v-75kw; 440v/75kw) OR EQUAL; Line Item 0007: One (1) each General Purpose Filter F1817IG OR EQUAL; Line Item 0008: One (1) each Electronic Drain Valve Kit EDV-2000 OR EQUAL; Line Item 0009: One (1) lot Installation service in accordance with the attached statement of work; Line Item 0010: One (1) lot Operational demonstration of the system and conduct a standard on-site training for four (4) Government designated personnel; Offerors shall provide with their proposal for equipment and services of their offered products a footprint of the offered equipment. This information shall be provided in form of a technical drawing/blueprint that provides all dimensional/specification data. Government Delivery Requirements: The Government requires all material to be delivered 45 days ARO. If above day cannot be met contractors must provide an accurate and realistic delivery schedule. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Southwest Regional Maintenance Center San Diego Building 3338 Antenna Shop 3755 Brinser Street San Diego California 92136-5205. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Any technical questions are to be directed to: Kimberly Rieder Purchasing Agent, US Navy, NAVSUP Fleet Logistics Center San Diego, Code 240, 619-532-4356, Kimberly.rieder@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 5:00PM (PST) on July 19, 2011. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to 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) TECHNICAL CAPABILITY IAW FAR 52.212-1(b)(4) Offers shall submit sufficient technical data for products offered and sufficient data to support installation services performed for the Government to perform a technical evaluation. Failure to provide sufficient technical data will render a no go rating. (ii) DELIVERY SCEHDULE will be used to make a determination of how quickly the offeror can deliver the Rotary Screw Air Compressor and other related parts and services. Offerors should, therefore, provide their best realistic delivery schedule to demonstrate they are responsive to the Government s URGENT need. (iii) PRICE (b) Offers which are evaluated and determined by the contracting officer to be technically acceptable under Factor (i) will be further evaluated under Factors (ii). In the second step of evaluating offers Factor (ii) DELIVERY SCHEDULE, will be evaluated and offers determined acceptable will given a go rating. Factor (i): Technical is more important than Factor (ii) Delivery or Factor (iii) Cost. Factor (ii): Delivery is more important than Factor (iii) Price. When combined, factor (i) and (ii) are more important than factor (iii). At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (c) By submitting a signed quote under this solicitation, Offeror asserts that it is technically capable of performing the specifications and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. Offers which can meet the Government s required delivery schedule of 45 days will receive a neutral rating for this factor. Any Offeror s quote rated neutral, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quoter when compared to the quotes of other offerors. The Contracting Officer will evaluate Offerors DELIVERY SCHEDULE as follows: SATISFACTORY: Capable of meeting the Government s 45 day delivery schedule. Quote receives no merit or demerit for this factor. HIGHLY SATISFACTORY: Exceeds the required delivery schedule of 45 days, by offering a delivery of schedule of 30 days or better. UNSATISFACTORY: Not capable of meeting the Government s 45 days delivery schedule. (g) 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 once the offer performs under the contract or returns signed copy of the contract to the Purchasing Agent. Before the offers 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. FAR 52.204-7, Central Contractor Registration FAR 52.204-9, Personal Identity Verification of Contractor FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. 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 (Deviation). FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.223-5 A1, A2 Pollution Prevention and Right to Know Information FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic & Hazardous Waste DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.246-7003 Notification of Potential Safety Issues FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 NAVSUP Clause 5252.232-9402 Wide Area Work Flow; WD 05-2057 (Rev.-12) was first posted on www.wdol.gov on 06/17/2011 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2057 Diane C. Koplewski Division of | Revision No.: 12 Director Wage Determinations| Date Of Revision: 06/13/2011 _______________________________________|____________________________________________ State: California Area: California Counties of Imperial, San Diego http://www.wdol.gov/sca.aspx#8 End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Purchasing Agent via email: kimberly.rieder@navy.mil. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: kimberly.rieder@navy.mil or 619-532-1088 fax. Reference solicitation number: N00244-11-T-0348 on all documents and requests for information. Quotes must be received no later than COB 1500 (PST) on July 26, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0348/listing.html)
 
Record
SN02499954-W 20110717/110715234735-e2fe89c6a4cdc5e6bc7db25c96c3553b (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.