SOLICITATION NOTICE
J -- Rehabilitate/Rebuild Four (4) 9,000 GPM Dewatering Pumps - Statement of Work
- Notice Date
- 7/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- DTSL55-12-Q-P0925
- Archive Date
- 9/5/2012
- Point of Contact
- Patricia L. White, Phone: (315) 764-3236, Teresa A Helm, Phone: 315-764-3252
- E-Mail Address
-
patricia.white@dot.gov, teresa.helm@dot.gov
(patricia.white@dot.gov, teresa.helm@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work - Rehabilitate/rebuild dewatering pumps with motors This is a combined synopsis/solicitation for commercial services 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. Solicitation number DTSL55-12-Q-P0925 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The applicable NAICS code is 333911 and the size standard is 500 employees. This procurement is a total small business set-aside. Requirement is to rehabilitate/rebuild to "like new condition" four (4) 9000 GPM Fairbanks-Morse vertical turbine pumps Model No. 6360-2 and the four (4) 100 HP Fairbanks-Morse motors No. B3618, Frame ffZG2485PV, Type QZKV, Code.E that drive these pumps in accordance with the attached statement of work. Item No. 1 - Rehabilitate/rebuild disassembled dewatering pump with motor located in Kansas City, KS, Quantity - 1 Each; Item No. 2 - Rehabilitate/rebuild dewatering pump with motor located in Massena, NY, Quantity -3 Each. For the job unit price must include all transportation costs to pick up and return the dewatering pumps and motors. Any additional work required on the dewatering pumps outside the specifications listed in the statement of work must be approved by the Saint Lawrence Seaway Development Corporation prior to completing the job. Federal Acquisition Regulations (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provision is tailored to read (h) the Corporation will make one award to the offeror who provides the best value to the Corporation based on price and other price related factors contained in this notice. There are no technical factors to be evaluated therefore FAR provision 52.212-2 is not applicable. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition of Contracting with Inverted Domestic Corporations (May 2012); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-8, Utilization of Small Business Concerns (Jan 2011); 52.219-14, Limitations on Subcontracting (Nov 2011); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222.21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Response date for receipt of offers/quotes is by COB 4:30 pm EST, Monday, August 27, 2012. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. All responsible sources may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the Central Contractor Registration database at www.ccr.gov to be eligible for award. Offerors are encouraged to complete their representations and certifications on-line at www.orca.bpn.gov. Full text of FAR clauses and provisions are available electronically at www.acquisition.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-12-Q-P0925/listing.html)
- Record
- SN02808234-W 20120721/120719235615-079b83f1a5029e3d3b878309ebdbbc3f (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 |