Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2011 FBO #3573
MODIFICATION

20 -- T.S. KENNEDY - Purchase of Oil Filtration System

Notice Date
9/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA-92-Q-2011-0082
 
Archive Date
10/1/2011
 
Point of Contact
Monique R. Leake, Phone: (757) 322-5820, Melinda Simmons-Healy, Phone: (757) 322-5819
 
E-Mail Address
monique.leake@dot.gov, melinda.simmons-healy@dot.gov
(monique.leake@dot.gov, melinda.simmons-healy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011. NAICS code 333999 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for T.S. KENNEDY for the following requirement: The contractor shall provide and oil filtration/purification system as indicated below, or equivalent. Oil filtration systems - Vacuum Dehydration Oil Purification System with a maximum processing flow rate of 3 GPM/180 PH P/N: VD0PS - 3-413X - 6KW - 480 - N4-V Pricing for 1 each Oil Filtration System @ $_______________ Available from: Oil Filtration Systems, inc. 111 Parkway Dr., Boerne, Texas 78006 Phone: 830 - 816 - 3332 Fax: 830 - 816 - 3331 It is not necessary to quote all machinery and equipment as "sole source". The OFFEROR will be permitted to submit pricing containing substitutions as long as such substitutions are clearly stated and detailed. Any pricing substitution must be equal to the specified model, must be sufficiently documented to prove equality, and must meet the performance requirements of the vessel. The below are the minimum requirements: •· Remove water contamination (free, emulsified and dissolved) to achieve overall moisture content as low as 20 ppm. •· Remove particulate contamination capable of achieving ISO cleanliness levels down to 14/12/11 or lower. •· Capable of sustained flow rate of a minimum of 3GPM. •· Provide automatic drain for condensate removal. •· Be manufactured of all stainless steel at the location of wetted components. •· Work with an operating voltage of 460/3PH •· Capable of processing oil viscosity up to 3000 SUU(600cST) •· Watertight electrical enclosures (NEMA 4) •· Exterior finishes if not manufactured of corrosion resistant steel (CRES) shall be coated with an oil and corrosion resistant enamel paint. •· Provide for pre-filtering for removal of both particles without contamination of the particulate filters. The CONTRACTOR is responsible for all additional costs associated with proposed substitutions including, but not limited to, required engineering expenses, and modifications to foundations, connection sizes, electrical interfaces, etc. which will render the substitution fully compatible with other installed equipment. In this regard, the specifications herein are guidelines for minimum performance requirements. If those specifications are not offered by a particular manufacturer, product, or model, the CONTRACTOR will be expected to include a separate list of all discrepancies. Substituted manufacturers, products, or models will not be considered unless they have been demonstrated to be equal to or exceeding the quality, durability and design and the minimum performance functions of the specified equipment. Any proposed substitution must conform substantially to the specified requirements for the machinery and/or equipment. Where the CONTRACTOR desires to bid substitute equipment or components for those specified, the CONTRACTOR shall present for the OWNER's review and approval written documentation that the equipment and/or components proposed qualify as equal to those specified and that spare parts and service for them are readily available. Proposed substitutions shall not adversely affect any other component or system in the vessel or adversely affect the vessel's total performance. Any proposed substitution shall function as effectively as the equipment specified with no increase in required maintenance or need for premature replacement. All pricing shall be FOB destination (T.S. Kennedy, 101 Academy Dr., Buzzards Bay, MA 02532) Estimated Shipping = $______________ CSS TOTAL = $___________________ FOB Destination: Massachusetts Maritime Academy 101 Academy Drive Buzzards Bay, MA 02532 The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference 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 the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.225 ‐ 3, Buy American Act ‐‐ Free Trade Agreements ‐‐ Israeli Trade Act (Over 25K) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 1252.223-73 Seat Belt Use Policies and Programs INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-160 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-160 6500 S MacArthur Blvd. Oklahoma City, OK 73169 Responsible sources shall provide the following: Price quote which identifies the requested item(s), quantity, unit price, and extended price Total price Prompt Payment Terms Remittance address, Tax Identification Number, DUNS number and Cage Code Responses to this solicitation are due September 16, 2011 at 12:30 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. All Quotes are to be emailed to Monique.Leake @dot.gov. No faxed quotes will be accepted. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA-92-Q-2011-0082/listing.html)
 
Place of Performance
Address: T.S. KENNEDY, Massachusetts Maritime Academy, 101 Academy Drive, Buzzards Bay, Massachusetts, 02532, United States
Zip Code: 02532
 
Record
SN02562873-W 20110906/110904233019-91a659a13831600f69a6b43c07ea03bb (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.