SOLICITATION NOTICE
99 -- Procurement of two (2) Parker Domnick Hunter Model G7-010W Nitrogen/Air Combo Gas Generators.
- Notice Date
- 11/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas 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
- W911SRNITAIRG
- Response Due
- 12/4/2013
- Archive Date
- 1/26/2014
- Point of Contact
- David J Shriner, (410)436-0642
- E-Mail Address
-
ACC-APG - Edgewood
(david.j.shriner3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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; 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 FAR 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 W911SRNitAirG is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses (attachment 1) are those in effect through the Federal Acquisition Circular (FAC) 2005-69. The Government intends to award a single award, Firm Fixed Price Contract for the items identified below. Offerors are required to provide a copy of their representation and certifications as required by FAR clause 52.212-3.The associated North America Industry Classification System (NAICS) for this solicitation is 325120 and the size standard is 500 employees. This solicitation is issued on a brand basis and the brand name being solicited is Parker Domnick Hunter Model G7-010W Nitrogen/Air Combo Gas Generator. This solicitation is issued for full and open competition. 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 1-800-606-8220 or online at https://www.sam.gov. Service desk http:www.FSD.gov. Purchase DESCRIPTION 1. Requirement. The contractor shall provide timely delivery of Government requested material to the address provided below unless otherwise specified by the Government. The government is procuring two (2) Brand Name, Parker Domnick Hunter Nitrogen Air Combo Gas Generators and associated components, as specified below. Part NumberPart DescriptionQTYPrice EachTotal Amount CLIN 0001See Notations belowModel #G7-010W, Parker Domnick Hunter Nitrogen/Air combo gas generator2$$ CLIN 0002Filter Kit 8000 hr2$$ CLIN 0003Compressor Kit 8000 hr2$$ CLIN 0004Valve Kit 24000 hr2$$ a. The Contractor shall follow the following notations for the Nitrogen/Air Combo gas generator: 1. Nitrogen/Air Combo Gas Generator, Model # G7-010W; Parker Domnick Hunter Nitrogen/Air combo gas generator with built-in air compressor 3,000cc/min at greater than 99.999% N2 at 72.5psig and 3,000cc/min CDA at 72.5psig; Approximate Shipping Dimensions: 24 quote mark x45 quote mark x36 quote mark (WxHxD); Approximate Weight: 300lbs 120v/60Hz 2.8000hr Filter Kit 3.8000hr Compressor Kit 4.24000hr Valve Kit 2. Delivery Schedule: 2.1 The contractor shall deliver CLIN 0001 No later than 10 weeks after Contract Award 2.2 The contractor shall deliver CLIN 0002 No later than 10 weeks after Contract Award 2.3 The contractor shall deliver CLIN 0003 No later than 10 weeks after Contract Award 2.4 The contractor shall deliver CLIN 0004 No later than 10 weeks after Contract Award 3. Shipping/Packaging: 3.1 Contractor shall deliver the data/supplies/services utilizing standard commercial packaging. FOB is Destination to: ATTN: Jason Adamek U.S. Army RDECOM RDCB-DEE 4301 Otto Rd. APG, MD 21010 ATTN: Jason Adamek 3.2 Inspection and Acceptance will be conducted at destination by authorized ECBC government personnel. 4. Safety Security Considerations. None 5. Security Considerations. None(The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor's or government facility or whether access to the RDECOM Local Area Network is required.) 6. Government Point of Contact. U.S. Army RDECOM RDCB-DPO-P POC: Cheryl Kyle Bldg E3942 5183 Blackhawk Road 410-436-6992 APG, MD 21010-5424 **** NOTICE OF RELEASE OF INFORMATION: Although not classified, information concerning the award of this contract is considered to be of a sensitive nature. Therefore, release of any information regarding this contract, other than the award date, award dollar value, and contracting office is PROHIBITED without the express written consent of the Contracting Officer. PROVISIONS AND CLAUSES 52.204-7 System for Award Management 52.211-15 Defense Priority and Allocation Requirements 52.211-17- Delivery of Excess Quantities 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: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232 33) 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) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.211-7003 Item Identification and Valuation 252.225-7002 Qualifying Country Sources as Subcontractors252.232 7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions (clause fill-ins to be provided on award) 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea, ALt III 252.247-7024 Notification of Transportation of Supplies by Sea The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. Award will be made to the offeror whose proposal provides all of the items identified above and represents the lowest total price. Offerors failing to submit unit prices for all priced items shall result in their proposal being considering unacceptable and the Government shall reject the proposal. 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. The award will be made to the company whose quotation offers the lowest price. All quotations must be signed, dated and submitted via e-mail to David Shriner, david.j.shriner3.civ@mail.mil by 3:00 P.M. EST on 04 December 2013. All proposals shall also be directed to david.j.shriner3.civ@mail.mil. Telephonic inquires will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ad428a139a7c3dd2027e41061e61266)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN03242305-W 20131129/131127234141-2ad428a139a7c3dd2027e41061e61266 (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 |