Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
MODIFICATION

43 -- Air Compressors/Air Dryers with Removal & Installation Services - Amendment 1

Notice Date
9/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-13-Q-0145
 
Archive Date
12/18/2013
 
Point of Contact
Michael R. Smith, Phone: 717.770.4281, Christopher C. Rowe, Phone: 7177707133
 
E-Mail Address
michael.r.smith@dla.mil, christopher.rowe@dla.mil
(michael.r.smith@dla.mil, christopher.rowe@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Priceing Sheet amended to cover change in the requirement. SOW amended to cover change in the requirement. AMENDMENT 0001, 9/17/2013--- This combined synopsis/solicitation is being amended to highlight changes made to the requirement. ** Vendors quote responses must acknowledge, in writing, this amendment 0001. As a result of the changes in the requirement in this amendment, the response time for vendor quotes has been extended until 12 noon EDT, Monday, September 23rd, 2013. Attachment #1 (SOW) and Attachment #2 Pricing Sheet, have been amended to reflect the changes in the requirement, indicated below: 1) Sections 2, A; 2, B, 1 and 2, B,2 of the Statement of Work are amended to include the change of the Governments request for a brand name or equal from a 100 HP compressor to a 60 HP compressor. The new brand name or equal compressor being sought is the Quincy QVG-60. (See Attachment #1 - SOW (Amended)). 2) Section 2,B,3 has been added to include the need for one receiver tank to work with the compressors to reduce operating costs. Any additional cost is to be added to the price for the compressor in CLIN 0001. 3) Paragraph I on page 3 is now added to the SOW. Removal of the old systems and disposal are now addressed in the SOW under this section. The cost of this service has already been included in the price for CLIN 0003. - - - - - - - - - - - - - - - - END OF AMENDMENT 0001 - - - - -- - - - - - - - - - - ORIGINAL SOLICIATION: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR part 13, Simplified Acquisition Procedures, 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 solicitation number is SP3300-13-Q-0145 and is being issued as a Request for Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-67 effective 21 June 2013 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20130625 effective 25 June 2013, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, PROCLTR 2013-53. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted and is open to both large and small business concerns, the NAICS code applicable to this acquisition is 333912, and the small business size standard is 500 employees. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The DLA Distribution Richmond, Virginia has identified a requirement for the replacement of two (2) each new compressed air supply systems (including air compressor, air dryers and filters) that supply compressed air to the material handling equipment in the building 03 warehouse. The supply items are two (2) Quincy Brand or equal, 100 horsepower (hp) air compressors, as well as two (2) Zeks Brand name or equal, refrigerated air dryers with air filters. These systems were originally installed in 1993 and are in need of replacement to continue meeting mission needs. The successful vendor shall provide these supply items as well as all equipment, tools, staffing, and experience/skills necessary to accomplish all removal of existing equipment and installation of new equipment, in accordance with Attachment #1 Statement of Work (SOW). The air compressors and air dryers are being solicited as brand name or equal. Original equipment manufacturers, authorized re-sellers, and all other responsible vendors may provide quotes of Brand name or equivalent items meeting, or exceeding, the air compressor and dryer specifications listed in Attachment #1, SOW. Order Delivery Point/Work Location: SB3108-DLA Distribution Richmond, VA, 8000 Jefferson Davis Hwy, Bldg. 03, Richmond, VA 23297-5900. ** (Prospective vendors are encouraged to contact the individual below to arrange a site visit prior to quote submission.) Local Point of Contact (POC): Defense Logistics Agency Supply Center, Richmond, DLA Installation Support at Richmond, 8000 Jefferson Davis Highway, Building 80, Richmond VA 23297. Attention: Reeves Livingston- 804.279.6224 (office); 804.641.2717 (mobile). or reeves.livingston@dla.mil. If Mr. Livingston cannot be reached, the project engineer is a Mr. Tim Flynn, 717.319.4201 (mobile) or tim.flynn@dla.mil. The Government seeks to award of a firm-fixed priced, purchase order, for the items listed below: __________________ CLIN 0001 - Qty. 2 - Quincy QSI-500i, or equivalent, Rotary Screw Air compressors. CLIN 0002 - Qty. 2 - Zeks Model 600NCEA400, or equivalent, refrigerated air dryers with air dryer filters. CLIN 0003 - Qty. 1 - Removal, Installation, and related service - IAW Attachment #1, SOW. Quote information is sought and should be forwarded from interested offerors per instructions listed below in FAR 52.212-1 Instructions to Offerors. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov. Wide Area Work Flow: As of October 15, 2012, DLA Distribution Acquisition Operations began using the Department of Defense Wide Area WorkFlow (WAWF) Receipt and Acceptance system to process invoice and acceptance documents. WAWF is a free, paperless application, which eliminates time and expenses of mail processing. It is also a secure method of invoicing. With on-line validation, contractors can monitor acceptance and payment documents for accuracy, which means fewer rejected invoices and fewer delayed payments. The WAWF website is at https://wawf.eb.mil/. The web site contains instructions for registration and use, including how contractors submit invoices via WAWF. NOTE: Purchase Order resulting from this contract will NOT contain the option to pay invoices via the Government Purchase Card. The Contractor is expected to establish a Wide Area Work Flow (WAWF) account for vendor invoicing of all supplies ordered. (See DFARS Clauses in Attachment #3, [252.232-7003 & 252.232-7006] for information.) The following FAR clauses apply to this acquisition: FAR 52.212-4 Contractor Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (in paragraph (a) the following clauses apply): FAR 52.222-50 Combating Trafficking in Persons (in paragraph (b) the following clauses apply): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18 Encouraging Contractor Policies on Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (in paragraph (c) the following clauses apply): FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (d) Comptroller General Examination of Record... (e) (End of Clause) The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items Addenda to 52.212-1; the following paragraphs are deleted from this provision: (e) multiple quotes, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. List of Attachments to this Solicitation: Attachment #1 - Statement of Work (SOW) Attachment #2 - Price Quote Sheet Attachment #3 - Additional Provisions and Clauses Attachment #4 - Wage Determination 2005-2545, Rev. #17, Dated 6-19-2013 QUOTE SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Vendors must submit descriptive literature that clearly indicates the product being offered meets the minimum requirements/salient characteristics/specifications listed in part 2 of Attachment #1, (SOW). "Descriptive literature" for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures, or a web address that contains applicable product information. Descriptive literature is required to establish for the purpose of evaluation and award details of the product being offered. This information will be used to determine technical acceptability. 2. Contractor should respond by completing all highlighted entries of Attachment #2, Price Quote Sheet, and email this, along with the required information in number 1 above, to the contract specialist at: Michael.r.smith@dla.mil. If necessary, address: DLA Distribution Contracting, J7-AB, Attention Michael R. Smith, 5404 J Avenue, New Cumberland PA 17070-5059. 3. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items with its quote (see Attachment #3) or may indicate completion of the representations and certifications on the internet at https://www.sam.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at DLA Distribution, New Cumberland, PA, via email to michael.r.smith@dla.mil or faxed to 717-770-5689, Attn: Michael R. Smith. All quotes must be received by WEDNESDAY, SEPTEMBER 18, 2013 AT 3:00 PM EDT, in New Cumberland, PA, to be considered for award. (End of Provision) FAR 52.212-2 -- Evaluation -- Commercial Items. (a) The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price purchase order to the lowest price technically acceptable offeror. Therefore to be considered for award, offerors are required to submit descriptive literature that clearly indicates the product offered meets the minimum requirements/salient characteristics/specifications listed in part 2 of Attachment #1, SOW. This information will be used to determine technical acceptability. Technical information shall be evaluated on a pass/fail basis. Any offeror who has been determined acceptable (pass) on their technical information will then have its quote evaluated for lowest price, made up of the total for all CLINs on Attachment #2, Price Quote Sheet. Only vendors who can provide, in addition to the supply items listed in this request, all services specified/required by the SOW, should submit a quote. Offerors must be determined to be responsible according to the standards of FAR Part 9 to be eligible for award. (b) Options - There are no options on this procurement (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. For the full text version of this Provision, please see Attachment #3. _ _ _ _ _ _ OFFERORS-- PLEASE REFERENCE ATTACHMENT #3 -ADDITIONAL PROVISIONS AND CLAUSES, FOR THE COMPLETE LIST OF ADDITIONAL TERMS & CONDITIONS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-Q-0145/listing.html)
 
Place of Performance
Address: DLA Distribution, Richmond, Building 03, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN03191905-W 20130919/130918000435-7dcc1becf134f069a382f37d1dc1351b (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.