Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

41 -- Camfil Farr Filters

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-T-0289
 
Response Due
9/24/2013
 
Archive Date
11/11/2013
 
Point of Contact
Amy Bozzard, 443-861-4746
 
E-Mail Address
ACC-APG - Installation Division
(amy.m.bozzard.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-13-T-0289. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-69 (3 September 2013). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 333413 with a small business size standard of 500 employees. In accordance with FAR 19.102, this requirement is a TOTAL SMALL BUSINESS SET-ASIDE. Submissions that do not meet the small business requirement will not be considered. The Government contemplates the award of a Firm-Fixed Price contract for brand name Camil-Farr filters. Long filter life and low pressure drops across the filters are critical to avoid interruption in service or system failure during surety operations which could have life safety impacts. Please see the part numbers listed below in CLIN 0001 and please note all items must be new and not reconditioned. Description of Requirement: CLIN 0001 Brand Name Camil-Farr Filters The contractor shall provide all items listed in the quantity specified. 20x20x2 Camfil Farr 30/30 Filter P/N #049880-002 Quantity: 60 Unit Price: 24x24x2 Camfil Farr 30/30 Filter P/N #049880-005 Quantity: 120 Unit Price: 20x24x12 Camfil RFCMV14PH-A P/N #402995-009 Quantity: 86 Unit Price: 24x24x12 Camfil RFCMV14 P/N #402994-003 Quantity: 104 Unit Price: 20x20x12 Camfil RFCMV14PH-A P/N #402995-012 Quantity: 58 Unit Price: Instructions to Offerors: Provide the Government detailed information on the following: a. Offers shall note the lead time or approximate delivery date for the items. Items shall be packaged, including the pallet, be less than 80 inches high. Acceptance shall be at destination. Shipping shall be FOB Destination to the US Army Edgewood Chemical Biological Center located at Aberdeen Proving Ground, Maryland 21010 with an expected delivery date of 60 days on receipt of award. b. Point of contact name and contact information, CAGE code, DUNS number, and TIN c. Contractor quotes must address each piece of equipment listed above. Diagrams, photos, and/or additional information are acceptable but not required. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting of exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2 The following provisions and clauses will be incorporated by reference: 52. 212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.219-6 Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013). 52.222-3, Convict Labor (June 2003). 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional DFAR clauses cited in the clause are applicable: 252.212-7000, Offeror Representations and Certifications Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.211-7003 Item Identification and Valuation 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 18 September 2013 at 10:00 AM EST. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 10:00 AM EST 24 September 2013 via email to Ms. Amy Bozzard, amy.m.bozzard.civ@mail.mil (preferred method) or via U.S. mail at: US Army Contracting Command, Aberdeen Proving Ground, Tenant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD 21005-1846. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact Ms. Amy Bozzard, via email at amy.m.bozzard.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40d4e1bca12f00c92e17d36ed6b185eb)
 
Place of Performance
Address: ACC-APG - Installation Division 6001 Combat Drive Aberdeen Proving Ground MD
Zip Code: 21005
 
Record
SN03186485-W 20130914/130913000328-40d4e1bca12f00c92e17d36ed6b185eb (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.