Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2013 FBO #4263
SOLICITATION NOTICE

66 -- New Chemical Workstations for Acids/Solvents - RFQ#PR3RJ3E001. - SOW 13-3E0 with Appendix A

Notice Date
7/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-13-Q-1316
 
Archive Date
9/18/2013
 
Point of Contact
Edward I. Kurjanowicz, Phone: 9162311527
 
E-Mail Address
edward.kurjanowicz@dmea.osd.mil
(edward.kurjanowicz@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) with Appendix A RFQ#PR3RJ3E001 for Offeror Ouote Fill-ins This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This Defense Microelectronics Activity (DMEA) Request for Quote (RFQ) announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The RFQ reference number is HQ0727-13-Q-1316. This RFQ is a 100% small business set-aside. The NAICS code is 423830 and the size standard for this requirement is 100 employees. DPAS rating is DO-A7. Offerors quotes are due to the Defense Microelectronics Activity (DMEA) contracting office by 12:00pm (PST) on September 3, 2013 and will be electronically sent by email to Edward Kurjanowicz at edward.kurjanowicz@dmea.osd.mil. Quotes will be valid for a minimum of 60 days. A pre-award, site visit is scheduled for August 7, 2013 at 10:00am (PST) at DMEA's Building 620, 4234 54th Street, McClellan, California 95652 for those Offerors who wish to survey the chemical workstations' installation site prior to providing quotes. Since the DMEA facility is a secure DoD facility, Offerors must be US citizens to enter and need a valid state driver's license to attend the site visit for identification purposes. Please forward email with attendee(s) names and drivers' license numbers by 3:00pm (PST) on August 5, 2013. It is not necessary to attend the site visit to provide a quote to this RFQ. The Government will not pay or incur a cost from any Offeror for this site visit. The purpose of this combined synopsis/solicitation is to procure two (2) new, installed and fully operational chemical workstations: one workstation ducted for acids and the other ductless for solvents in accordance with Statement of Work (SOW) 13-3E0 and Appendix A. Appendix A details the workstations' features/specifications. Both acids and solvents chemical workstations should be from the same manufacturer and generally have the same working height and appearance. The contractor shall be responsible for chemical workstations connections to existing utilities to fully workstations operational state. At the new ducted chemical workstation site, there is an existing, ducted, operational chemical workstation for acids/solvents. This workstation will be removed and disposed of by DMEA prior to contractor installation of the new ducted workstation. At the new ductless workstation installation site (approximately seven feet along the same wall from the ducted workstation), there are no existing utilities. The contractor will be responsible for installing required utilities at this site (electric, etc.) prior to new ductless chemical workstation installation. The drainage piping (approximately 15 feet) to the sump for the chemical workstation will have to be corrected or replaced (not properly draining). The period of performance (POP) is sixty (60) days after contract award date for CLINs 0001 to 0005 deliverables below. The contract line items (CLINs) for this contract are as follows: CLIN 0001 - Contractor shall furnish one (1) new ducted Chemical Workstation for Acids in accordance with Statement of Work (SOW) 13-3E0 and Appendix A. CLIN 0002 - Contractor shall furnish one (1) new ductless Chemical Workstation for Solvents in accordance with Statement of Work (SOW) 13-3E0 and Appendix A. CLIN 0003 - Contractor shall furnish shipping/handling of the two (2) ducted/ductless Chemical Workstations for Acids/Solvents in accordance with Statement of Work (SOW) 13-3E0 and Appendix A. Delivery Address - 4234 54th Street, McClellan, CA 95652-2100. CLIN 0004 - Contractor shall furnish assembly/installation of the two (2) ducted/ductless Chemical Workstations for Acids/Solvents including required utilities and utility connections in accordance with Statement of Work (SOW) 13-3E0 and Appendix A. Installation Address - 4234 54th Street, McClellan, CA 95652-2100. Contractor personnel for this task must be US Citizens due to security requirements of the Department of Defense (DoD) facility. CLIN 0005 - Contractor shall furnish operational/maintenance training to laboratory personnel on the two (2) ducted and ductless Chemical Workstations for Acids/Solvents in accordance with Statement of Work (SOW) 13-3E0 and Appendix A. Training Address - 4234 54th Street, McClellan, CA 95652-2100. Contractor personnel for this task must be US Citizens due to the security requirements of the DoD facility. Proposals will be submitted and priced in accordance with the above CLIN requirements (provide price for each CLIN and total price for all CLINs 0001 thru 0005) and will include Offeror's and any subcontractor's company name and address, Cage Code, DUNS Number, shipping, delivery, and payment method, and company point of contact name, telephone number, and email address. Offerors will also submit three (3) recent years performance/experience in performing similar work including company/agency names, point of contact names, telephone numbers, and email addresses. The Government will award a best value, Firm Fixed Price 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: technical capability of the items offered to meet Government requirements, past performance, and price. The technical capability of the items evaluated will be the commercial item(s) supplied, delivery/installation schedule, assembly/installation, training, and warranty/technical support and operational/maintenance manuals supplied all in accordance with above CLINs requirements, SOW 13-3E0 and Appendix A. Technical capability and past performance are significantly more important than price when being evaluated. All quote requirements can be found in this combined synopsis/solicitation RFQ, attached SOW 13-3E0 and Appendix A. Also attached is RFQ#PR3RJ3E001 Word Document for Offeror fill-in and submittal of CLIN pricing and other quote information required. Delivery, acceptance, and FOB point for above CLINs 0001 thru 0005 deliverables is: Defense Microelectronics Activity (DMEA) at 4234 54th Street, McClellan, CA 95652-2100. This RFQ solicitation and incorporated provisions and clauses are those in effect and current to FAR Federal Acquisition Circular (Fac) 2005-67. The following FAR and DFARS Clauses apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-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: these clauses apply 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.223-18; 52.232-29; 52.232-33; and 52.239-1; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.253-1 Computer Generated Forms; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items: these clauses apply: 252.203-7000, 252.225-7001, 252.232-7003, 252.243-7002, 252.247-7023 and Alternate III;.252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments. To view clauses in full text, please visit: http://farsite.hill.af.mil/vffara.htm. Questions regarding this solicitation should be emailed to the contracting point of contacts, Edward Kurjanowicz, Tel: 916.231.1527 at edward.kurjanowicz@dmea.osd.mil and info Lucy Boswell, Tel: 916.231.2824 at lucy.boswell@dmea.osd.mil. Your Quotes are greatly appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-13-Q-1316/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN03126888-W 20130727/130725235137-10e50c9797e16acabf1e2af329bf6f9a (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.