SOLICITATION NOTICE
N -- Installation of an Oily Water Separator
- Notice Date
- 9/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTMA91R140010
- Point of Contact
- Alfredia Rich-Murphy, Phone: 2023660020, Bruce A. Markman, Phone: 2023661942
- E-Mail Address
-
alfredia.rich-murphy@dot.gov, bruce.markman@dot.gov
(alfredia.rich-murphy@dot.gov, bruce.markman@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item 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 for which proposals are being requested and a written solicitation will not be issued. This Request for Quote No DTMA91R140010 is issued as a Request for Quote (RFQ) and a Purchase Order will be awarded using simplified acquisition procedures in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular (FAC) 2005-76, dated Effective July 25, 2014 This is a one hundred percent (100%) total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 333996 with small business size standards of 500 employees. The US Department of Transportation/Maritime Administration located in Washington, D.C. intends to award a commercial items, firm-fixed price service acquisition on or about September 26, 2014 for a contractor to install an oily water separator (Government Furnished Property) at the Great Lakes Fire Training Center, 2600 S. Eber Road, Swanton, OH 43558 in accordance with the attached statement of work (SOW) and drawings. INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) Technical Proposal which addresses the technical factors, (2) Price Quote to include separate daily and weekly storage rate sheet. (3) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items or a statement that FAR 52.212-3 has been completed in the System for Award Management website. The technical and price proposals must be submitted separately. No price information should be contained within the technical proposal. Interested Parties may request drawings at the POC's email addresse(s) in this solicitation. (a) The Government shall award a contract to the lowest price technically acceptable (LPTA) responsible offeror conforming to the solicitation. Technical acceptability will be deemed satisfactory/unsatisfactory based on the criteria below: (i) Technical capability of the item offered to meet the Government requirement; Note: Technical Acceptability will be determined from the following items: 1. Licensed mechanical contractor. 2. A narrative describing the qualifications and experience of the company not to exceed one (1) page; (ii) Past Performance (see FAR 15.304); (iii) Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO AWARD. The FAR clauses are incorporated by reference: 52.212-1 and 52.212-4 FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns; 52.219-13 Notice of Set-Aside of Orders; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. Proposals shall be in writing and must be signed by an official authorized to bind the organization and/or the individual offeror. Proposals will be accepted via e-mail no later than noon on September 22, 2014. Oral and faxed proposals will not be accepted. E-mailed proposals must have solicitation number and Notice title in the subject line of the e-mail. Please note that questions must be submitted in writing to Alfredia Rich-Murphy, Contracting Officer via email alfredia.rich-murphy@dot.gov or Bruce Markman, Contracting Officer via email bruce.markman@dot.gov and received before the 6:00 pm, Eastern Standard Time on September 18, 2014. No questions via phone will be accepted. All small responsible business sources may submit an offer that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA91R140010/listing.html)
- Place of Performance
- Address: Great Lakes Fire Training Center, 2600 S. Eber Road, Swanton, Ohio, 43558, United States
- Zip Code: 43558
- Zip Code: 43558
- Record
- SN03513153-W 20140918/140916235533-24e9111b1f03839555ede62382c7e70e (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 |