SOLICITATION NOTICE
36 -- SCADA Control Panel for SBR. Contractor to design and fabricate a new 316SS panel NEMA 4X or better.
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NAVSUP Fleet Logistics Center Pearl Harbor, Joint Base Pearl Harbor Hickam, HI 96860
- ZIP Code
- 96860
- Solicitation Number
- N6247812RCF0363
- Response Due
- 8/1/2012
- Archive Date
- 1/28/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- 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.The solicitation number is N6247812RCF0363 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 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 2012-08-01 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001, CONTROL PANEL, SCADA FOR SBR DESIGN AND FABRICATE NEW 316SS PANEL NEMA 4X OR BETTER. PANEL TO HAVE AT LEAST 1 EA ALLEN BRADLEY PANEL VIEW PLUS 1000 TOUCH SCREENIBETTER WITH ALLEN BRADLEY COMPONENTS. MUST HAVE MINIMUM SCREENS AND SIMILAR FUNCTIONS OF EXISTING SBR SCADA AND BE ABLE TO RUN 3 NEW SBR TANKS INDEPENDENTLY AND/OR SIMULTANIOUSLY. PROVIDE DETAILED PROCESS, RETENTION TIMES, SETTLING TIMES AND DECANTATION TIMES. MUST BE ABLE TO CONTROL 3 BLOWERS, 3 CIRCULATING PUMPS, and 3 LEVEL SENSORS. PROVIDE OPERATION MANUALS,MAINTENANCE MANUALS, AND A ONE (1) HOUR TRAINING ON THE USER MANUAL AND SYSTEM FUNCTIONS FOR SIX (6) INDIVIDUALS., 1, 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Central Contractor Registration Personal Identity Verification of Contractor Personnel (Jan 2011) Instructions to Offerors Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) Prohibition on Contracting with Inverted Domestic Corporations (May 2011) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Third Party Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) CCR Alternate A Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) (Jan 2012) Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Transportation of Supplies by Sea (iv) Alt III Hazard Warning Labels Prohibition of Hexavalent Chromium (May 2011) Buy American Act-Balance of Payments Program Certificate Levies on Contract Payments Authorized Changes by the KO (FEB 2008) Prospective Contractor Responsibility In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) Notice of Total Small Business Set-Aside Brand Name or Equal Site Visit
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N6247812RCF0363/listing.html)
- Place of Performance
- Address: Pearl Harbor, HI 96860
- Zip Code: 96860-4549
- Zip Code: 96860-4549
- Record
- SN02812668-W 20120726/120724235028-df8c586174eda3c5975ffae44ac11001 (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 |