MODIFICATION
44 -- Diesel Exhaust Removal System
- Notice Date
- 9/26/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 419B Street, Fort Gordon, GA 30905
- ZIP Code
- 30905
- Solicitation Number
- 0010554125
- Response Due
- 9/22/2014
- Archive Date
- 3/21/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE: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.The solicitation number is 0010554125 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 335210 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-22 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT GORDON, GA 30905 The MICC Fort Gordon requires the following items, Brand Name or Equal, to the following: LI 001: No Smoke Diesel Exhaust Removal System, installed. Self contained, fully automatic, diesel exhaust filtering system. The system shall contain (extract) the toxic particulate (soot) being emitted from internal combustion engines and meet all applicable federal, state, and local standards. System shall be Apparatus-mounted and not require more than one system per vehicle. The system shall remove all visible smoke from the exhaust for an adjustable time period of 10 to 99 seconds after the vehicle starts. The time of filter operation shall be easily set by a mechanic or service person with common tools. The system shall also remove all visible smoke from the exhaust whenever the vehicle is in reverse gear. After the vehicle's transmission is shifted out of reverse gear the system will continue in the filter mode for the pre-set time period. The system shall be completely automatic; not requiring action by any personnel at any time, with the exception of "normal maintenance." The system shall provide a manual override option is available to allow operation for service or special purposes. Normal functioning of the system shall in no way detrimental to the operation of the vehicle. The system shall protect the engine by automatically preventing itself from activating when back pressure exceeds 1.8 PSI. The system shall at 1.5 PSI, illuminate an indicator light in the vehicle cab dash that shows that the filter requires changing. The system shall be designed so an operator or mechanic can quickly and easily remove the used filter and exchange it with a replacement filter. The system shall meet all established permissible exposure limits as stated by NIOSH/OSHA that may be retrofitted to existing fire apparatus. The system shall consist of a filter, a diverter unit and an electronic control module, all of which are completely self-contained on the vehicle. The filter shall be made of a porous ceramic material designed and manufactured specifically to filter soot from diesel exhaust for a minimum of 30 filter operating hours. The filter shall be encased in stainless steel with a high-temperature cushioning material between the ceramic and stainless steel. The filter shall be installed using four tie rods with hex nuts so that it can be removed with no special tools. The ceramic filter shall be capable of being regenerated indefinitely by the equipment provider. The diverter unit shall be installed in the existing exhaust pipe and shall direct the engine exhaust either through the filter element or through the muffler. The diverter shall be operated by a double acting air cylinder controlled by an electrically activated, four-way, single solenoid valve. System installation shall be completed and tested on site at the customer's location. A written warranty will be provided to ensure that the system is free from defects in materials and workmanship for a period of one (1) year from the date of installation., 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Gordon intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Gordon is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. "Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or an Invitation for Bids." The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1b500a4c74fdb224d740b751e286d843)
- Place of Performance
- Address: FORT GORDON, GA 30905
- Zip Code: 30905
- Zip Code: 30905
- Record
- SN03533919-W 20140928/140927062316-1b500a4c74fdb224d740b751e286d843 (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 |