Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOLICITATION NOTICE

44 -- W81XWH-12-T-0391 - Purchase and Installation of Brand Name or Equal Dust Collector System

Notice Date
8/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-12-T-0391
 
Response Due
9/5/2012
 
Archive Date
11/4/2012
 
Point of Contact
Dana Kavitski, 301-619-8987
 
E-Mail Address
US Army Medical Research Acquisition Activity
(dana.kavitski@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This combined synopsis solicitation W81XWH-12-T-0391 is issued as a request for quotation (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This RFQ utilizes full and open competition under NAICS 333411, size standard 500. This announcement constitutes the only solicitation that will be issued; offers are being requested and a separate written solicitation will not be issued. The resulting contract will be a single award Firm-Fixed Price (FFP) type contract. This solicitation is being advertised on an unrestricted basis inviting full and open competition. DESCRIPTION: The U.S. Army Medical Material Development Activity (USAMMDA), Fort Detrick, Maryland 21702, requires one (1) brand name or equal to Camfil Farr Gold Series Model GS2 dust collector to be installed in Building 1054 at Fort Detrick, MD. The brand name or equivalent dust collector shall be of sufficient capacity to permit the safe, effective removal of dust (blast media, aluminum, steel) from the Blast-It-All (model 6036) sand blaster. This requirement also includes the dismounting/disassembly of the existing dust collector as the new brand name or equal dust collector must be installed/mounted onto an existing concrete pad measuring 6' x 6' 5" in the same place. The quoted dust collector shall include a minimum 1 year warranty. ALL QUOTED PARTS SHALL BE STATED AS NEW. REUSED OR REFURBISHED ITEMS WILL NOT BE ACCEPTED. Offerors quoting used items will be rejected and will not be considered for award. Additional specifications are included in the attached Statement of Work (SOW) (ATTACHMENT 1) and Minimum Specifications document (ATTACHMENT 2). PROPOSAL REQUIREMENTS: The pricing shall be filled out as follows, as the resulting contract line item structure below will be reflected on a resulting award: CLIN 0001: $_______________ QTY 1 EACH - Brand Name or Equal Camfil Farr Gold Series Model GS2 Dust Collector to meet minimum characteristics in the attached Statement of Work and Minimum Specifications document to include a minimum 1 year warranty on all associated parts. CLIN 0002: $_______________ QTY 1 EACH - Installation. Charges associated with dismounting/disassembly of the current dust collector and installation of the new brand name or equal to Camfil Farr Gold Series Model GS2 dust collector in accordance with the attached Statement of Work. CLIN 6000: QTY 1 EACH - Contractor Manpower Reporting. ANNUAL Contractor Manpower Reporting. This report is due in October of each year. (CLIN 6000 for Contractor Manpower Reporting is not a priced CLIN. Do not provide pricing for this CLIN. Please see USAMRAA Local Clause 52.004-4000 in ATTACHMENT 3 for more information.) All offerors must submit offers that fully comply with the SOW and Minimum Characteristics to be considered for award. Offerors quoting an equal must provide the products' specifications along with quote which clearly demonstrate how the equal product meets the requirements in the SOW and specifications in the Minimum Characteristics document. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature necessary to describe how the offered product meets or exceeds the required specifications. All quotes received must be for the entire requirement. Partial offers will not be accepted. Offerors not meeting the requirements of both the SOW and minimum characteristics will be found technically unacceptable and will not be considered for award. Delivery and pricing for dust collector shall be FOB Destination, Fort Detrick, MD 21702. Offeror must include lead time as part of quote. All offerors are required to have an active Online Representations and Certifications Application (ORCA) record and an active Central Contractor Registration (CCR) regisration. For more information, please visit the System for Award Management (SAM) website at https://www.sam.gov. Offerors not registered in SAM may result in ineligibility for contract award. Additionally, must not be listed in the Excluded Parties List System (EPLS) found at https://www.epls.gov. Offerors found in EPLS are barred from conducting business with the government and will be considered ineligible for award. The commercial FAR provision at 52.212-1 Instructions to Offerors - Commercial, and commercial FAR clauses 52.212-4 Contract Terms and Conditions - Commercial Items, and 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items apply to this acquisition and are incorporated by reference along with all other applicable FAR/DFARS clauses and provisions (ATTACHMENT 3). The offeror will be required in award to comply with USAMRAA local clauses for payment under 52.004-4005 Army Electronic Invoicing Instructions, which will be included in any resultant contract. Offerors must include a completed copy of the following provisions (ATTACHMENT 4) with their offer unless they are accessible in SAM. If any of the following provisions are not in the offeror's SAM record, they must be completed and submitted with the offer or the offer may not be considered for award: 52.212-3, Offerors Representations and Certifications-Commercial Items (Alternate 1). 52.219-1, Small Business Program Representations (Alternate 1). 52.222-22, Previous Contracts and Compliance Reports. 52.225-18, Place of Manufacture. 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate 1). PROPOSAL EVALUATION: Award shall be made to the offeror whose quotation is the lowest price technically acceptable (LPTA) quote. Technical acceptability means that the quote meets all of the stated minimum specifications outlined in the SOW and minimum specifications document. Incomplete proposals which do not address all required items in this solicitation will be deemed technically unacceptable and will be eliminated from further consideration. Quoted price will be evaluated for fairness and reasonableness. Offerors are encouraged to submit the lowest price possible without compromising the requirements of this solicitation. PROPOSAL SUBMISSION: All questions can be submitted via email to Ms. Dana Kavitski at dana.kavitski@amedd.army.mil. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable a quick response. Please reference control number W81XWH-12-T-0391 in the email's subject line. Quotes are due on 5 September 2012 at 2:00pm EST to Dana Kavitski via email to the above address or via fax to 301-619-9656. It is the Offerors responsibility to ensure all quotes are received by the Contracting Office. Quotations received after 5 September 2012 at 2:00pm EST will not be considered for award. All responsible sources may submit an offer, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-12-T-0391/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02828289-W 20120808/120806235444-4e980b16fe472b950978e8ceae003e24 (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.