SOLICITATION NOTICE
99 -- Reactors
- Notice Date
- 8/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-11-T-0213
- Archive Date
- 9/20/2011
- Point of Contact
- Kenneth C Brumfiel, Phone: 757-893-2716
- E-Mail Address
-
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0213, and a firm fixed price contract is anticipated. All responsible sources may submit a quote which shall be considered by the agency. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 05 July 2011. North American Industrial Classification Code (NAICS) 332313 with a standard business size of 500 employees applies to this procurement. This procurement is set-aside for small business concerns. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. Please quote brand name or equal to (if quoting equal to please include specifications with you quotation). The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001, Description: 300 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 300 gallon capacity, glass-lined metal vessel, dished top and bottom, 3 inch center bottom outlet, glass-type 5015, internally rated for 100 pounds per square inch /full vacuum at 450 Fahrenheit, jacket rated for 90 pounds per square inch, complete with glass-lined 3-blade retreat curve-type agitator with approx, 5 horse power thru belt and gearbox drive, top openings - (4) 4 inch, 8 inch and 12 inch x 15 inch oval manway, lug mounts and ports for pipe legs, Manufacturer: Pfaudler; CLIN 0002, Description: 320 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 320 gallon, 304 stainless steel, 34 inch diameter, x 75 inch straight side, rated for 50pounds per square inch /fv at 350f, dished top & bottom, dimpled jacket, rated for 150 pounds per square inch at 350f, 5 horse power, 230/460v, 1740 rotations per minute belt driven motor thru 25:1 right angle gear reducer with vari-speed sheave, two 4-blade turbine top entering agitators on 1 1/2 inch shaft, with (2) 2 inch and (4) 1 inch connections, openings: (2) 2 inch and (1) 6 inch inlet, with 20 inch top side manhole and 6 inch center bottom outlet, on legs, item must be in good condition, Manufacturer: D&W Welding; CLIN 0003, Description: 200 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 200 gallon, glass-lined 36 inch diameter, x 48 inch straight side, dished top with j-clamps, dished bottom, glass type nucerite 3315/7015, rated for 25 pounds per square inch at 650ºf internal, jacketed for 90 pounds per square inch at 350ºf, 75 pounds per square inch with full vacuum internal, includes 3-blade retreating impeller type agitator driven by 5 horse power, 230/460v, 1725 rotations per minute through v-belt drive and gearbox, 12 inch x 16 inch oval top manway, glass-lined stationary baffles, Manufacturer: Pfaudler; CLIN 0004, Description: 200 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, glass-lined 40 inch diameter, x 40 inch straight side, dished top and dished bottom, glass type nucerite, rated for 25 pounds per square inch at 650ºf internal, 12 inch x 16 inch oval top manway, 2 inch center bottom discharge, 2 inch top inlet, Manufacturer: Pfaudler; CLIN 0005, Description: 175 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 175 gallon, stainless steel, jacketed for 100 pounds per square inch at 338 degree Fahrenheit atmospheric pressure internal, 3-1/2 inch dished bottom with center bottom discharge, flat top removable with locking clamps, top inlets 1 at 1 3/4 inch, 1 at 5 inch and 1 at 8 inch, center mounted agitator assembly with blades, Manufacturer: Process Engineering; CLIN 0006, Description: 500 liter capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: 500 liter (132 gallon) capacity, stainless steel construction, 30 inch diameter x 48 inch straight side, dish top & slight cone bottom, rated for 30 pounds per square inch at 250 internal, jacketed for 90 pounds per square inch at 330 pounds per square inch, equipped with a center top agitator driven by a 1/4 horse power, 1725 rotations per minute, 90 volt dc motor with baldor vari speed controls, top head includes (8) top openings ranging from 1 inch to 3 inch and side wall includes (4) 1-1/2 inch diameter side bottom ports; bottom has 1-1/2 inch center bottom outlet, mounted on (4) legs with casters, Manufacturer: Biotech; CLIN 0007, Description: 125 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 125 gal, stainless steel, jacketed, agitated, internal dims: 27 inch x 4 feet straight side, internal rating 40 pounds per square inch at 275 degree Fahrenheit, jacket rating 30 pounds per square inch at 275 degree Fahrenheit, full jacket straight side, no bottom jacket, bolt on dome top, 2 site glass, various inlets, center flanged agitator drive, 5 horse power belt driven, internal baffles, Manufacturer: National Tank; CLIN 0008, Description: 100 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 100 gallon, carbon steel contact parts, 2 feet diameter x 3 feet straight side, steam jacketed for 30 pounds per square inch at 650 degree, vessel shall be rated internal at 30 pounds per square inch at 650 degree, complete with 1/4 horse power agitator drive, complete with stuffing box, 110/220 volt single phase, 1 inch inlet end discharge on jacket, 1 inch flanged top inlet on vessel, 3 at 1 inch threaded top inlets and 2 inch center bottom discharge threaded, equipped with 4 inch x 6 inch hand hold on top, Manufacturer: Butane Tank Corporation; CLIN 0009, Description: 100 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: 100 gal capacity, rated 25 pounds per square inch /full vacuum at 650 degree Fahrenheit, fully jacketed glass lined, rated at 25 pounds per square inch at 650 degree Fahrenheit and 75 pounds per square inch at 350 degree Fahrenheit (fully jacketed), with internal vacuum, reactor shall be equipped with a fully removable dome top, dish bottom and a agitator, electric motor, Manufacturer: Pfaudler CLIN 0010, Description: 75 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 75 gallon, stainless steel, jacketed for 55 pounds per square inch at 150 degree Fahrenheit atmospheric pressure internal, 115 pounds per square inch at 347 degree Fahrenheit on jacket, dish bottom with 2 inch center bottom outlet, dish top with 5 at 1 inch top inlets and 1 at 2 inch top inlet, dog locking, unit measures 32 inch diameter x 30 inch straight side and is Teflon lined internal, reactor is required to be agitated with 2 horse power, 1750 rotations per minute, 3-prop agitator, top entering, Manufacturer: DCI; CLIN 0011, Description: 60 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 60 gallon, stainless steel, carbon steel jacket, turbine agitator, Fahrenheit,, jacket 60 pounds per square inch, test 140 pounds per square inch at 300 degree, Fahrenheit,, 7 inch x 13 inch oval manway, 2 - 4 inch diameter site glasses, 2-1/2 inch diameter threaded, 2 inch diameter threaded, 1/2 inch diameter out, 4 inch diameter center bottom out, 2 inch diameter out, Manufacturer: CE Howard; CLIN 0012, Description: 50 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 50 gallon capacity, glass-lined vessel, 18 inch diameter x 24 inch straight side, dished top and bottom, complete with glass-lined 3-blade retreat curve-type agitator, 1-1/2 inch diameter shaft, 16 inch diameter, bottom swing, with 2 horse power motor thru belt and Pfaulder gearbox drive, 175 output rotations per minute,, must include numerous top openings, jacketed with 1-1/2 inch jacket connections, mounted on pipe legs, internal fire polish, Manufacturer: Pfaudler; CLIN 0013, Description: 25 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Cherry Burrell 316 stainless steel 25 gal / 100 liter jacketed sanitary polished reactor, rated for 30 pounds per square inch at 350 degree Fahrenheit, with max external pounds per square inch of 15 at 350 degree Fahrenheit, removable dog locking top/ dish bottom with 2 inch center bottom outlet, top has (3) 3/4 inch top flange, 1-1/2 inch top sanitary fitting, sanitary quick removable mixer on side bottom, 1/4 horse power, 115v, 96 rotations per minute, mounted on 2-1/2 inch pipe legs with wheels, Manufacturer: Cherry Burrell; CLIN 0014, Description: 20 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Reactor, 20 gallon, stainless steel construction,, dished top and bottom, rated for 15 pounds per square inch at 250f internal, jacketed for 100 pounds per square inch at 338f, with lightning model xjads-33 pneumatic agitator, dead lubricator #b5245a, mounted on stainless steel legs with casters, portable, Manufactured by Lee; CLIN 0015, Description: 20 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: 20 gallon capacity, 20 inch diameter x 24 inch deep, internally rated for 750 pounds per square inch /fv at 350f, jacketed for 80 pounds per square inch at 350f, dished top with bolted lid, dished bottom with center bottom outlet, top mounted stainless steel agitator, 1 horse power, 220/440v motor with vari-speed, Manufacturer Acme Industries Equipment Co. ; CLIN 0016, Description: 22 gallon reactor, QTY: 2, Unit of Issue: each; Extended Description: 85 liter (22 gallon) capacity, 316l stainless steel construction, electro polished internals, pharmaceutical grade, internally rated for 50 pounds per square inch at 300/-20 Fahrenheit, vacuum rated for 15 pounds per square inch at 300 Fahrenheit, jacketed for 100 pounds per square inch at 300/-20 Fahrenheit, including a lightning model p6505cl agitator with (2) 3-prop blades on common shaft agitator, mounted on stainless steel frame with casters, Manufacturer: Precision Stainless; CLIN 0017, Description: 25 gallon capacity reactor, QTY: 2, Unit of Issue: each; Extended Description: 25 gallon reactor mounted on a common stand, 14 inch diameter x 32 inch high reaction vessels with dished bottoms and flat clamp-on tops, jacketed 21 inch on the sides, includes a 3/8 inch stainless steel centrifugal pump with fractional horse power; CLIN 0018, Description: 30 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: 316 stainless steel, reactor, 30 gallon capacity, 18 inch diameter x 24 inch high, with dished top and bottom heads, rated 45 pounds per square inch internal, 75 pounds per square inch, 20 inch high carbon steel jacket, mounted on legs, removable clamp-on top head, 3 inch center bottom outlet, Manufacturer: Pfaudler; CLIN 0019, Description: 375 gallon tank, QTY: 1, Unit of Issue: each; Extended Description: 375 gallon, 48 inch diameter x 48 inch straight side with dish top/bottom, dimple jacketed rated for 150 pounds per square inch at 400 degree Fahrenheit / -20 degree Fahrenheit, jacket is covered by stainless steel shroud, stainless steel, rated for 100 pounds per square inch /fv internal at 400 degree Fahrenheit, includes clamp on cover with 18 inch diameter manway, equipped with (5) 2 inch; (1) 3 inch; (1) 4 inch top inlets, 5 inch site glass, 3 inch center bottom discharge, (3) stainless steel pipe legs,, Manufacturer: Apache; CLIN 0020, Description: 110 gallon tank, QTY: 1, Unit of Issue: each; Extended Description: Glasscote glass lined tank, 110 gallon, 32 inch diameter x 36 inch straight side, mounted on legs with dish bottom and removable dish top, rated for 150 pounds per square inch /fv internal at 400 degree Fahrenheit, jacketed for 150 pounds per square inch at 600 degree Fahrenheit, tank has 3 inch center bottom outlet, numerous top inlets; 6 inch, 4 inch & 3 inch, top manway; CLIN 0021, Description: 110 gallon tank, QTY: 1, Unit of Issue: each; Extended Description: Stainless steel 100 gallon tank, 30 inch diameter x 36 inch straight side with dish bottom and dish / dog locking top, equipped with (1) 3 inch top inlet and (3) 1 inch top inlets, 1-1/2 inch side bottom and center bottom discharges, tank rated for 75 pounds per square inch at 200 degree Fahrenheit, portable on legs with wheels; CLIN 0022, Description: 110 gallon tank, QTY: 1, Unit of Issue: each; Extended Description: Tank, 100 gallon, sanitary stainless steel, 30 inch diameter x 36 inch straight side with dish top and bottom with 2 at 2 inch top inlets, 1 at 3 inch top inlet and 18 inch top manway on dog locking top, jacketed for 30 pounds per square inch at 300 degree Fahrenheit, has 2 inch center bottom discharge, portable on legs with wheels, Manufacturer: Mueller; CLIN 0023, Description: 92 gallon tank, QTY: 1, Unit of Issue: each; Extended Description: 92 gallon (350 liter), 316l stainless steel construction, stainless, 24 inch diameter x 30 inch straight side dish top cone bottom, leading to 16 inch diameter x 16 inch deep bottom section, rated for 45 pounds per square inch at 392º internal, jacketed for 100 pounds per square inch at 392º (304 stainless steel), 4 inch diameter center bottom out with split discharge, including valves, mounted on (3) stainless steel pipe legs and bolted to a stainless steel ring with casters, Manufacturer: Precision; CLIN 0024, Description: 70 gallon capacity reactor, QTY: 1, Unit of Issue: each; Extended Description: Stainless, 70 gallon, stainless steel, rated for 30 pounds per square inch at 300 degree Fahrenheit atmospheric pressure internal, jacket rated for 125 pounds per square inch at 300 degree Fahrenheit, dish bottom with 2 inch center bottom outlet, dish top with 2 at 1/2 inch top inlets and 1 at 2 inch top inlet, dog locking, measures 30 inch diameter x 24 inch straight side and is polished sanitary stainless internal, Manufacturer: Precision; CLIN 0025, Description: 66 gallon capacity tank, QTY: 1, Unit of Issue: each; Extended Description: Fermentation tank, stainless steel construction, 24 inch diameter x 36 inch straight side, dish top and slight cone bottom, rated for 30 pounds per square inch at 250 degree internal jacketed for 90 pounds per square inch at 330 pounds per square inch, equipped with a top agitator driven ¼ horse power, 1725 rotations per minute, 90 volt dc motor with baldor cari-speed controls, top includes (8) openings ranging from 1 inch to 3 inch, must include a bottom outlet, Manufacturer: Santa Rosa; CLIN 0026, Description: 132 gallon capacity tank, QTY: 1, Unit of Issue: each; Extended Description: Fermenter tank, 132 gallon capacity, stainless steel construction, 30 inch diameter x 48 inch straight side, dish top & slight cone bottom, stainless, rated for 30 pounds per square inch at 250º internal, jacketed for 90 pounds per square inch at 330 pounds per square inch, includes a center top agitator driven by a 1/4 horse power, 1725 rotations per minute, 90 volt dc motor with baldor vari-speed controls, top head includes (8) top openings ranging from 1 inch to 3 inch and side wall includes (4) 1-1/2 inch diameter side bottom ports; bottom has 1-1/2 inch center bottom outlet, mounted on (4) legs with casters, Manufacturer: Santa Rosa; FOB: Destination Delivery: All items are required to be delivered at a site within 100 miles of Zip Code: 40121, State: KY. The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10 FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper May-11 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-14 Limitations on Subcontracting Dec-96 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-17 Interest Oct-10 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Alt- I Changes -- Fixed-Price Aug-87 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K CLAUSES INCORPORATED BY FULL TEXT: Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Apr-11 FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) May-11 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7000 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar-11 SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I FAR 52.209-5 -- Certification Regarding Responsibility Matters. (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of Provision) FAR 52.209-7 - Information Regarding Responsibility Matters (Apr 2010) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall enter the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (End of provision) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical capability, price, and delivery time frame. (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. FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) FAR 52.222-25 -- Affirmative Action Compliance (Apr 1984) The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) FAR 52.233-2 -- Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 1636 Regulus Ave., Virginia Beach, VA 23461. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (b) The Administrative Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (c) The Contracting Officer's Representative is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address to be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. All questions concerning this procurement, either technical or contractual must be submitted in writing to Kenneth Brumfiel via email at kenneth.brumfiel@vb.socom.mil by 8:00 AM EST on August 18, 2011. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent via email to Kenneth Brumfiel. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their quote and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, phone: (757) 893-2716, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 08:00 a.m. Eastern Standard Time (EST) on 05 September 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0213/listing.html)
- Record
- SN02533683-W 20110815/110813233317-ce9eb253701db71242cc8bc26534fc9b (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 |