SOLICITATION NOTICE
36 -- Programmable Automated Fuel Filtration System - Package #1
- Notice Date
- 9/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
- ZIP Code
- 92055-5191
- Solicitation Number
- N6809413T0068
- Point of Contact
- Denise D. Bond, Phone: 7607635735, Timothy A. Daniels, Phone: 7607251425
- E-Mail Address
-
denise.bond@med.navy.mil, timothy.daniels@med.navy.mil
(denise.bond@med.navy.mil, timothy.daniels@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS Combined Synopsis/Solicitation Brand Name or Equal/100% Total Small Business Set-Aside Solicitation Number: N68094-13-T-0068 Purchase Description: Programmable Automated Fuel Filtration System This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as "Brand Name or Equal 100% Total Small Business Set-Aside". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-13-T-0068, as a Request for Offers using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "333911", with a small business standard of "500" employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective September 3, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130909 effective September 9, 2013. DESCRIPTION: THE CONTRACTOR SHALL FURNISH ALL LABOR, TOOLS, SUPERVISION, MATERIAL, PARTS, EQUIPMENT, AND TRANSPORTATION NECESSARY TO PURCHASE, INSTALL, PROGRAM, AND TESTING FOR TWO (2) PROGRAMMABLE AUTOMATED FILTRATION SYSTEM IAW THE CLIN DESCRITION AND PERFORMANCE WORK STATEMENT (PWS). CLIN 0001 : Programmable Automated Furl Filtration System. Quantity Unit of Issue Unit Price Extended Price 2 EA tiny_mce_marker______________ tiny_mce_marker___________________ BRAND NAME OR EQUAL Manufacturer: ALGAE-X INTERNATIONAL MFR Part No: STS 6000-P35 SALIENT FEATURES/GOVERNMENT REQUIREMENTS/SPECIFICATIONS Flow Rate Up to 35GPM utilizing submersible pumps Primary Filter/ Water Block/Coalescer 1, 5, 10 or 25 μ Particulate, Water Block or Coalescing Secondary Filter/ Water Block Dual 1, 3, 10 or 25 μ Fuel Conditioner LG-X 4000 Smart Filtration Controller SMART PLC Controller Pump Utilizes Existing Tank Pump Power 120V 60Hz 20A Plumbing Stainless Steel Ports 1.5" NPT In/Out Weatherproof Cabinet NEMA 12, 13, 4 Powder Coat or Stainless Dimensions 42" x 68" x 14" (107 x 176 x 36 cm) Weight ≈404 lbs SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Flow Rate Up to 35GPM utilizing submersible pumps Primary Filter/ Water Block/Coalescer 1, 5, 10 or 25 μ Particulate, Water Block or Coalescing Secondary Filter/ Water Block Dual 1, 3, 10 or 25 μ Fuel Conditioner LG-X 4000 Smart Filtration Controller SMART PLC Controller Pump Utilizes Existing Tank Pump Power 120V 60Hz 20A Plumbing Stainless Steel Ports 1.5" NPT In/Out Weatherproof Cabinet NEMA 12, 13, 4 Powder Coat or Stainless Dimensions 42" x 68" x 14" (107 x 176 x 36 cm) Weight ≈404 lbs CLIN 0002 : Installation Quantity Unit of Issue Unit Price Extended Price 1 EA tiny_mce_marker_______________ tiny_mce_marker__________________ TOTAL PRICE: tiny_mce_marker________________________ DELIVERY DATE(S): October 14, 2013 -October 25, 2013 PLACE OF DELIVERY: Naval Hospital Camp Pendleton Bldg: H-200 Camp Pendleton, 92055-5191 POC: Ken Hensley TEL: 760-725-3611 Responses/quotes MUST be received no later than September 27, 2013; 11:00 AM (Pacific Daylight Time). Forward responses by e-mail to Denise Bond@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUL2013): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the responsible contractor that represents the lowest priced technically acceptable offer using the following evaluation criteria: a. Technical Capability: Contractor offer shall meet all the requirements of the Performance Work Statement (PWS). Contractors providing "as equal" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies and equipment the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers. b. Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. c. Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG2013) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (JUL2013) (5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (SEPT2013) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type COMBO Contract Number TBD Delivery Order Number TBD Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094 Acceptance At Other N68094 Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role Ken Hensley Ken.hensley@med.navy.mil 760 725-3611 Requesting Activity Michael Kline Michael.kline@med.navy.mil 760-725-1393 WAWF Acceptor
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N6809413T0068/listing.html)
- Place of Performance
- Address: Naval Hospital Camp Pendleton, Bldg: H-200, Camp Pendleton, California, 92055, United States
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN03200049-W 20130926/130924234651-434cc07bfef759438b24c25526c2048d (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 |