Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2002 FBO #0294
SOLICITATION NOTICE

N -- Labor and Material to Install Flowmeters

Notice Date
9/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-02-T-B569
 
Point of Contact
Mary Wardwell, Contract Specialist, Phone 808-474-4100, Fax 808-474-5223,
 
E-Mail Address
mary_k_wardwell@pearl.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is a 100% small business set-aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-02-T-B569 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and Defense Change Notice 20020730. The NAICS code is 334513 and the business size standard is 500 employees. This requirement is for a fixed priced contract for labor and material to install two each flowmeters, Danfoss 24" 3100W Flowmeter with Mag 5000 Signal Converter, wall mounting bracket, submersible kit, and special cable or equal. The flowmeters replace existing nonfunctional flowmeters in a drydock at Pearl Harbor Naval Shipyard used to monitor the flow of discharge water from the drydock into the harbor. Flowmeters allow the proper functioning of the discharge sampling system which monitors the quality of the discharge water. Results from the samples are supplied to the State of Hawaii to show compliance with necessary discharge permits. The existing sampling system uses transducers on the discharge piping and provides a signal to a Panametrics control box to indicate flow. The discharge pipe is old and degraded to a point where the internal surfaces are too irregular causing the transducers to malfucntion or not work at all. The new flowmeters shall resolve this problem and must be compatible with the existing Panametric Control Box. All contractor personnel used to install the equipment must be capable of obtaining Pearl Harbor Naval Shipyard passes and must be U.S. citizens. Contractor?s quote shall list all proposed work to be performed in sufficient detail to demonstrate understanding of all work required to be performed. A site visit may be scheduled if required by calling the contracting officer. All work is to be quoted on a fixed price basis. Performance is to be completed by 01 December 2002. F.O.B. Destination Pearl Harbor, Hawaii 96860. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b) (4), Technical Description-Substitute "Descriptive literature" for "technical description."; Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT ? CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7036 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 24 September 2002. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 203C.MW), 667 Safeguard Street, Suite 100, Pearl Harbor, Hawaii 96860-5330. Facsimile proposals will be accepted at 808/474-5223. E-mail quotes may be addressed to Mary_K_Wardwell@pearl.fisc.navy.mil. See Government-wide Numbered Notes 1.
 
Place of Performance
Address: Pearl Harbor, Hawaii
 
Record
SN00172516-W 20020922/020920213738 (fbodaily.com)
 
Source
FedBizOpps.gov 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.