Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2013 FBO #4144
MODIFICATION

43 -- Ansimag Pump, Model Number: K3158

Notice Date
3/28/2013
 
Notice Type
Modification/Amendment
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-PUMPS
 
Response Due
4/1/2013
 
Archive Date
5/27/2013
 
Point of Contact
Brian Mazen, 4104363955
 
E-Mail Address
ACC-APG - Edgewood
(brian.e.mazen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of the amendment is to extend the due date of proposals to 1 April 2013, by 2:00 PM, Eastern Standard Time (EST). The purpose of the amendment is to extend the due date of proposals to 28 March 2013, by 1:00 PM, Eastern Standard Time (EST). 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 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 combined synopsis/solicitation W911SR-PUMPS is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-66. The Government intends to award a single award, Firm Fixed Price Contract for the Ansimag K3158 Pump described below. The solicitation is limited to the Ansimag K3158 pump identified below under the authority of FAR 6.302-1. Any offeror proposing other than the brand name item identified below will not be considered for award. Offerors are required to provide a copy of their representation and certifications as required by FAR clause 52.212-3 and DFARS 252.212-7000. The NAICS code for this solicitation is 333996 and the size standard is 500 employees. This solicitation is limited to those offerors proposing to supply the Ansimag items identified below, with appropriate modifications if necessary. DESCRIPTION OF ITEMS/STATEMENT OF WORK Contract Line Item Numbers (CLINs): CLIN 0001: Ansimag Pumps (Model K3158); Quantity 5 each -Contractor shall deliver five (5) Ansimag Pump Model Number K3158 that meets the following specification requirements: Centrifugal Pump Constructed from Ductile Iron with an Internal lining of ETFE O-Rings shall be Teflon encapsulated Viton All wetted materials shall be ETFE Wear parts shall be PTFE Pumps shall be capable of supplying the following flow rates 25-100 GPM Pumps shall be capable of supplying the following pressure 50-100 PSI Pump motor shall be capable of providing the above flow and pressure rates, but at a minimum shall be at least 25 HP. Inlet diameter shall be 3 quote mark inlet flanged class 150. Pump shall have a digital pump load control included. Pump housing and Motor shall be Magnetically coupled. Maximum Temperature pump shall see will be 200 deg F Voltage of Motor shall be 460 Volts 3 phase 60 HZ Pump shall be mounted on a Stainless steel base plate. The base plate shall be equipped with mounting hole provisions. Pumping system shall be designed as continuous duty system. Delivery: 1 each 7 days after award 4 each 14 days after award OPTION CLIN 0002: Ansimag Pumps; Quantity 10 each - Contractor shall deliver ten (10) Ansimag Pumps that meets the same specification requirements as stated in CLIN 0001. Delivery: 14 days after award CLIN 0003: CDRL - Autocad Drawing; Quantity 1 each; Not Separately Priced -Contractor shall provide one (1) quote mark.dwg quote mark Autocad file of the Anismag Pump per the associated Contract Data Requirements List (CDRL). CAD or an equivalent Drawing model shall be provide upon contract award of the exact model pump being supplied with all of its associated dimensions and ancillary equipment. This is so that the design team can incorporate the model into the government's design drawing. The Government is not obtaining data rights to these drawings and they will be used strictly for informational purposes only. Shipping/Packaging: Contractor shall utilize standard commercial packaging. FOB is Destination to: U.S. Army RDECOM RDCB-DEE 4301 Otto Rd. APG, MD 21010 ATTN: Dave Kline Inspection/Acceptance: Inspection and Acceptance will be at Destination and is limited to kind, count, and condition. Delivery Schedule: The delivery schedule for the pumps is: 1 each 7 days after award 4 each 14 days after award Autocad Drawing: 1 each 14 days after contract award PROVISIONS AND CLAUSES 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 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 (the following clauses within this clause apply: 52.203-6 w/ Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232 33) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option under CLIN 0002 by written notice to the Contractor within 60 days of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignee's premises 52.247-48 FOB Destination-Evidence of Shipment 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 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 this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (End of clause) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (the following clauses within this clause apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.232 7003, 252.243-7002, 252.247-7023, 252.247-7024) 252.225-7002 Qualifying Country Sources as Subcontractors 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 252.211-7003 Item Identification and Valuation 252.232-7006 Wide Area WorkFlow Payment Instructions (clause fill-ins to be provided on award) The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. Award will be made to the offeror whose proposal provides the items identified above and represents the lowest total evaluated price. The total evaluated price will be based on adding the total price for the base requirement (CLIN 0001) to the total price for the option (CLIN 0002). The Government anticipates utilizing price analysis in determining the proposed prices fair and reasonable. The Government reserves the right to request other than cost and pricing data and conduct cost analysis should it be needed to determine the proposed price fair and reasonable. All proposals shall be sent via e-mail to Brian Mazen, brian.e.mazen.civ@mail.mil by 2:00 P.M. EST on 1 April 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a7f84cf3a4aa219f4e41cb013926ba8)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03023359-W 20130330/130328235108-3a7f84cf3a4aa219f4e41cb013926ba8 (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.