SOLICITATION NOTICE
99 -- Breathable air system
- Notice Date
- 7/31/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SB3100-7191-3107
- Response Due
- 8/15/2007
- Description
- 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 solicitation is issued as a request for proposal, solicitation number SB3100-7191-3107 This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070531 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2007-09. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) Code is 333411 and the small business size standard is 500. The Defense Distribution Depot Red River (DDRT), Texarkana, TX has a requirement for a contractor to provide all necessary engineering, manufacturing and labor to provide and install three breathable air systems for three existing Government Owned Equipment (GFE) paint booths. The base bid shall be CLIN 0001 (Paint Booth #3) and the optional work shall be CLIN 0002 (Paint Booths 1 & 2). The government reserves the right to award each contract line item together or separately. If the government does not award CLIN 0002 at the time of initial award, the government reserves the right to award the remaining CLIN 0002 within 45 calendar days after date of contract award. CLIN 0001: 1 ea., 15 HP Rotary Screw Air Compressor 1 ea., Refrigerated Air Dryer 1 ea., 240 Gallon Receiver Tank 1 ea., Oil Water Separator Condensate Treatment System 1 ea., Respiratory Protection (CO Monitor with digital readout of CO Level and also include 2 stage inlet filters and catalyst for CO Removal 1 ea., Demo of existing Air compressor and Delmonix breathing air Purifier and disposal of old system. 1 ea., Installation of new breathable air system to include all mechanical, electrical, air piping and all service necessary to provide a complete and useable OSHA approved breathable air system for paint booth 3. CLIN 0002 The requirements under this CLIN are the same as the requirements identified under CLIN 0001 except the quantity is 2 each in lieu of 1 each. The minimum requirements for the breathable air system components are: Air Compressor (Sullair Model 1109e or equivalent): Must be a rotary screw compressor, Shall deliver 60 acfm at 125 psig, air cooled, oil lubricated, 15 HP TEFC drive motor, 460/3/80 power, NEMA 4 controls, Sound attenuating enclosure, heavy duty filters, WS microprocessor controller with sequencing, 8000 hr. lubricant for initial fill Refrigerated Air Dryer (Sullair Model SR-75 or equivalent): Designed to provide 33-39 F pressure dew point, 115/1/60 power required, electric timed drain valve, Includes SCF 125 in-line prefilter and SCH125 in-line coalescer, In-line filters and automatic drains shipped loose for field installation by the supplier. Receiver Tank (Steel Fab Model A10053 or equivalent) 240 Gallon Vertical Air): Industrial design, welded steel skirt support, Standard FNPT tank openings, Tank trim accessories shall include: Safety relief valve, pressure gauge and gauge cock, manual tank drain valve, timer controlled condensate drain (115V). All tank fittings, bushings, plugs, pipe, etc. shall be supplied by the Contractor. Condensate Treatment (BEKO Quik-Pure 100 or equivalent gravity type oil water separator): Shall include multi-inlet adapter for connection of condensate drains, Oil removal element shall typically last for one year Respiratory Protection (MST Model RP010AMST-S1 or equivalent 10 SCFM System): 5700 Series CO Monitor with digital readout of CO level, to include two-stage inlet filter and catalyst for CO removal, Panel mounted system to include AC adapter and remote alarm, 5700 Monitor shall be approved for Class 1, Div1, Grps A, B, C and D using 9V batteries, shall handle 4 users of full face-continuous flow hoods (contractor supplies) Deliverables: Maintenance manual: List of required spare parts, owners manual for corrective and preventive maintenance to repair the system down to component level, Operator?s Manual: Manual which details operations procedures for equipment and a list of safety procedures when operating the equipment, Operator Training: Minimum .5 hours training for 8 warehouse workers, Maintenance Training: Minimum 1 hour maintenance training for 3 employees. The contractor shall be required to perform a 3 day operating test and be available to make corrections if necessary. During the operating test, the equipment shall operate continuously during one eight hour shift per day and not have more than one minor malfunction (work stoppages because of a malfunction with a duration of less than 30 minutes from start to repair of the problem) or no major malfunctions (breakdown for more than 30 minutes duration). Installation of new equipment: The contractor shall wire the breathable air system equipment in accordance with NEC back to the closest main electrical distribution panel. All breakers, electrical distribution equipment and air distribution equipment/piping shall be the contractor?s responsibility. Security and Requirements: The contractor shall be required to follow all applicable installation security and safety requirements and shall be responsible for all Government/OSHA certifications prior to use of the system. Delivery and installation shall be 45 days (inclusive of the 3 day operating test) after date of award and successful completion of the 3 day operating test. The contractor shall provide a one year warranty after final acceptance by the Government. The following FAR and DFARS and DLAD clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1- Instructions to Offerors-Commercial Items Addenda to FAR 52.212-1- Instructions to Offerors-Commercial Items Reference paragraph (c) under reference provision FAR 52.212-1. This paragraph is tailored to read as follows: (c) Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The following provisions are hereby added: FAR 52.211-6 ? Brand Name or Equal FAR 52.215-5 Facsimile Proposals The following DLAD provisions are hereby incorporated by full text: 52.233-9000 Agency protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel ( see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. Technical Proposal and Past Performance: Contractor shall submit a proposal including, at a minimum, the following: 1. Technical proposal 2. Past Performance 3. Representations and Certifications Technical Proposal. The offeror shall provide descriptive literature that clearly identifies the product offered will fulfill the requirements of the Government. The information can be catalog cuts, pictures, or a web address that contains applicable product information. The offeror shall also provide a statement that indicates that the company understands and can comply with the requirements of this specification and will meet the designated performance period, along with identifying all assumptions made in developing their proposal. Descriptive literature means information (e.g. cuts, illustrations, drawings or brochures) that is submitted as part of the proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. Descriptive literature must be (1) identified to show the product which it applies and (2) received by the date and time specified in the solicitation for the receipt of proposals. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. Past performance. The offeror shall also include past performance information that clearly indicates the contractor is qualified and technically capable to provide the Breathable Air System in accordance with description listed above. The contractor?s past performance shall include a list of contracts, preferably three, commercial or government that has been performed within the last 5 years. This list shall include Company/Division Name, Project Title, Contract number, Brief description of the contractual effort, Period of performance, Contract Dollar Value, Current points of contact (include name, address, phone and fax numbers), List of any significant problems and a brief description as to how they were handled/resolved. References may be contacted as part of the evaluation process. Proposals must be submitted via one of the following methods by 3:00 PM EST, 15 Aug 2007: 1. Fax to 717-770-7591 Attn: Vonda DeBolt or 2. Mail to: Defense Distribution Center, Acquisition Operations- (DDC-AB), Attn: Vonda DeBolt, Mission Drive, Bldg 404, New Cumberland, PA 17070 or FedEx to same address as (2) above except use J Avenue in lieu of Mission Drive. Failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. Proposals that do not contain the requested information or only bid on portions of the requirement will be considered unacceptable. The Point of Contact for further information regarding this synopsis/solicitation is Vonda DeBolt, Contract Specialist, phone: 717-770-6145 or email: Vonda.debolt@dla.mil FAR 52.212-2 Evaluation ? Commercial Items (a) The Government intends to award a contract resulting from this solicitation to a responsible offeror or offerors using the lowest price technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate proposals: Factor 1 ? Technical capability of the product offered to meet the Government?s requirement and Factor 2 ? Past performance. Factor 1 shall be evaluated on a go/no go basis. If a proposal has been determined to be a ?go? on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance is history is satisfactory. An offeror who has submitted a technically acceptable proposal, and who has either been found to have a satisfactory past performance history, no relevant past performance history, or for whom no past performance information is available, will then have its proposal evaluated for lowest price. 1. Factor 1 ? Technical capability of the product offered to meet the Government?s requirement. Technical acceptability will be evaluated on an acceptable/unacceptable basis. To be acceptable, the offeror must submit information indicating that the Breathable Air System components meet or exceed the minimum technical requirements identified above. 2. Factor 2 - Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for and record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror?s business like concern for the interests of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfactions and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. The Government will consider relevant past performance information submitted by the offerors, as well as information obtained from other sources. Offerors with no relevant past performance or for whom past performance information is not available will not be evaluated favorably or unfavorably for past performance. (b) The Government will evaluate offers for award purposed 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 a proposal mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract. 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. Complete and include a copy of the following Certifications: FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Alternate I) and DFARS 252.212-7000 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. Addendum to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (wpm). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item. FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following clauses are applicable to this requisition: FAR 52.203-3 Gratuities DFARS 252.225-7021 Trade Agreements DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program. DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea NOTE: All contractors MUST be register in the Central Contractor Registration (CCR) database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov All responsible business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104.
- Place of Performance
- Address: Defense Distribution Depot Red River, Texarkana, TX
- Zip Code: 75507-5000
- Country: UNITED STATES
- Record
- SN01357029-W 20070802/070731220121 (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 |