Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOLICITATION NOTICE

J -- Vertical Turbine Pumps and Motors Overhaul/Refurbishment - VTP and Motor Information

Notice Date
4/26/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
12349B18S8553
 
Archive Date
5/26/2018
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination VTP and Motor Information This is a competitive Small Business Set Aside 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. Offerors submitting quotations must respond in accordance with the instructions provided in this solicitation. Solicitation number 12349B18S8553 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. This requirement is a competitive Small Business Set Aside under NAICS 811310, business size standard: 7.5 Million. Offerors are responsible for complying with the submission instructions contained in this combined synopsis/solicitation to include the submission of all information requested. Small Businesses with the demonstrated capability and financial capacity to provide required services and can meet the required time for completion of 60 days from date of award are invited to respond. Quotations must be submitted in writing, include all required information specified under Item A.1, and be received on or before 4:00 P.M. May 11, 2018 at the address specified under Item A.1. BACKGROUND INFORMATION: The United States Department of Agriculture, National Center for Cool and Cold Water Aquaculture (USDA-NCCCWA) at 11861 Leetown Road, Kearneysville, WV requires the complete overhaul/refurbishment of two 25HP Crane Deming Vertical Turbine Pumps and Motors. DESCRIPTION/SPECIFICATIONS/AND WORK STATEMENT: The contractor shall provide all services including labor, materials, supplies, supervision, tools, equipment, insurance, and transportation necessary for removal, performance of complete overhaul/refurbishment with new parts/materials, and reinstallation of two 25HP Crane Deming VTP's and Motors located at the USDA Filtration Building, 11861 Leetown Road, Kearneysville, WV 25430. NOTE: Work requires the removal, complete overhaul / refurbishment of one VTP and Motor at a time. Overhauled / refurbished VTP and Motor will then be returned, reinstalled, and tested for acceptance prior to proceeding with the second VTP and Motor. Work includes: Removal of pump/motor from Filtration Building by placing cable through roof opening to raise pump, disassembly, removal, complete overhaul/refurbishment to include but not limited to replacement of all motor and pump bearings, replacement of packing and/or shaft seals, balancing and performance of all additional requirements to make pumps and motors like new and the reinstallation. All work shall be performed in accordance with manufacturer specifications, accepted commercial practices by trained and certified personnel, and include a one year parts and labor warranty. Service Contract Act applies in accordance with Wage Determination No. 2015-4285 Rev 08. MANAGEMENT/QUALITY CONTROL: The Contractor shall manage the total work effort associated with the services provided to assure fully adequate and timely completion of these services. The contractor shall provide trained and certified technicians with the expertise to assure the performance of the work in accordance with sound and efficient commercial business practices. WORK SCHEDULE: Hours of operation are 7:00 am to 4:00 pm Monday through Friday with exception of official federal holidays. (A.1) *** IMPORTANT INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** QUOTATIONS MUST BE SUBMITTED TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. QUOTATIONS MUST BE RECEIVED ON OR BEFORE 4:00 P.M. (EST) May 11, 2018. IMPORTANT - QUOTATIONS MUST INCLUDE SUBMISSION/COMPLETION OF THE FOLLOWING SPECIFIED UNDER (a) THROUGH (c): (a) Submit Detailed Quotation for all line items specified below, FOB Destination, Kearneysville, WV 25430. Line Item DESCRIPTION OF SERVICE QTY UNIT AMOUNT 01 Complete Overhaul/ Refurbishment of one 25HP Crane Deming Vertical Turbine Pump and Motor _______. 02 Complete Overhaul/ Refurbishment of one 25HP Crane Deming Vertical Turbine Pump and Motor _______. Time for completion: 60 days from award. (b) Submit two separate Past Performance References with contact information for two recent contracts (within past three years) of contracts similar to the scope of this requirement. (c) Offeror must have current Registration and completed Online Representations and Certifications in the System for Award Management (SAM). Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation in accordance with FAR 52.204-7 System for Award Management. Registration must remain current through final payment of any award resulting from this solicitation. (A.2) Following FAR provisions/clauses apply to this acquisition and are available in full text at: http://www.arnet.gov. Current to FAC 2005-97, effective 06 Nov 17. 52.204-7 System for Award Management; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - 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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; (4) 52.204-10 Reporting Executive Compensation First-Tier Subcontract Awards; (8) 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (14) 52.219-6, Notice of Total Small Business Set-Aside; (18) 52.219-13, Notice of Set-Aside of Orders; (19) 52.219-14, Limitations on Subcontracting; (22) 52.219-28, Post Award Small Business Program Rerepresentation; (25) 52.222-3, Convict Labor; (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (27) 52.222-21, Prohibition of Segregated Facilities; (28) 52.222-26, Equal Opportunity; (30) 52.222-36, Equal Opportunity for Workers with Disabilities; (33) (i) 52.222-50, Combating Trafficking in Persons; (42) 52.223-18, Contractor Policy to Ban Text Messaging while Driving; (46) 52.225-1, Buy American Act-Supplies; (49) 52.225-13, Restrictions on Certain Foreign Purchases; (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management. FAR clauses applicable to commercial services: (2) 52.222-41, Service Contract Labor Standards; (3) 52.222-42, Statement of Equivalent Rates for Federal Hires; (8) 52.222-55, Minimum Wages Under Executive Order 13658; (9) 52.222-62, Paid Sick Leave Under Executive Order 13706; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.225-25 -- Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.228-5, Insurance -- Work on a Government Installation; 52.229-19, Child Labor-Cooperation with Authorities and Remedies; 52.232-18 Availability of Funds; 52.232-25 Prompt Payment; 52.233-4, Applicable Law for Breach of Contract Claim; 52.236-7, Permits and Responsibilities; 52.236-12, Cleaning Up; 52.237-1, Site Visit; 52.242-17, Government Delay of Work; 52.246-20, Warranty of Services; 52.247-15, Contractor Responsibility for loading and unloading; 52.247-21, Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.3) EVALUATION CRITERIA - - Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability. The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). One award will be made under this solicitation based on availability of funding. (A.4) ADDITIONAL INFORMATION - - Questions by Interested Parties must be submitted in writing by electronic mail (email) to the attention of: Contracting Officer - Solicitation Number 12349B18S8553 to: tim.smearman@ars.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/acc32b0a927738cc460517b749b1a6cb)
 
Place of Performance
Address: 11861 Leetown Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN04902105-W 20180428/180426230905-acc32b0a927738cc460517b749b1a6cb (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.