SOLICITATION NOTICE
16 -- Pumps for Scrubber Air Purification System
- Notice Date
- 8/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- M0014612QU062
- Response Due
- 8/17/2012
- Archive Date
- 9/17/2012
- Point of Contact
- Frances Williams 252-466-3068 Frances Williams - (252) 466-3068 or frances.malsonwillia@usmc.mil
- E-Mail Address
-
Contract Specialist
(frances.malsonwilllia@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) The Cherry Point Satellite Contracting Office aboard Marine Corps Air Station Cherry Point, NC has a requirement for Goulds Pumps or equivalent. 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. (ii) Solicitation number M00146-12-T-U062 is hereby issued as a Request for Quotation. (iii) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and DPN 20120522. (iv) This acquisition is 100% set aside for small business. The North American Industry Classification System code 333911 with a small business size standard of 500 employees. (v) The Government will award a firm fixed-priced purchase order for the manufacturing of following direct replacement parts: FAR 52.211-6, Brand Name or Equal is applicable to this requirement. The salient characteristics of the pumps are listed below: All pumps will be capable of running dry without any damage. The interiors of the pumps will be Teflon lined to ensure corrosion resistance. The pumps being offered shall be seal less and guarantee zero leaks of corrosive or hazardous materials. The pumps must be magnetic driven. Item 0001 Quantity: 1 Each - Gould Pump. Model: 3298; Size: 1 x 1.5-8 S; Construction: Tefzel lined (Closed Coupled) C04384A01; Driver Rating/Frame: 1.0 hp/143TC; RPM: 1800; Impeller Diameter: 6.25; Max Diameter: 7.75; GPM 20, FT. HD. 40; MAX PSI at 1,000 Feet: 175; Motor: 1 HP, 1720 RPM, 240/260 VAC, 3 Phase; 1720 RPM; Frame: 143TC; Item 0002 Quantity: 1 Each - Gould Pump. Model: 3298; Size: 3 x 4-10H L; Construction: Tefzel lined (Closed Coupled) D07753A01; Driver Rating/Frame: 7.5 hp/213TC; RPM: 1800; Impeller Diameter: 7.25; GPM 300, FT. HD. 40; MAX PSI at 1,000 Feet: 175; Motor: 7.5 HP, 1765 RPM, 240/260 VAC, 3 Phase; Frame: 213TC; Item 0003 Quantity: 1 Each - Gould Pump. Model: 3298; Size: 3 x 4-10H L; Construction: Tefzel lined (Closed Coupled) D07753A01; Driver Rating/Frame: 10.0 hp/215TC; RPM: 1800; Impeller Diameter: 7.75; Max Diameter: 10.00; GPM 380, FT. HD. 45; MAX PSI at 100 Feet: 175; Motor: 10 HP, 1800 RPM, 240/260 VAC, 3 Phase; Frame: 215TC; Item 0004 Quantity: 1 Each - Gould Pump. Model: 3298; Size: 3 x 4-10H L; Construction: Tefzel lined (Closed Coupled) D07753A01; Driver Rating/Frame: 10.0 hp/215TC; RPM: 1800; Impeller Diameter: 8.250; GPM 480, FT. HD. 45; MAX PSI at 100 Feet: 175; Motor: 10 HP, 1800 RPM, 240/260 VAC, 3 Phase; Frame: 215TC; Item 0005 Quantity: 1 Each - Gould Pump. Model: 3298; Size: 4 x 6-10L; Construction: Tefzel lined (Closed Coupled) D07753A02; Driver Rating/Frame: 15.0 hp/254TC; RPM: 1800; Impeller Diameter: 8.25; GPM 700, FT. HD. 48; MAX PSI at 100 Feet: 175; Motor: 15 HP, 1800 RPM, 240/260 VAC, 3 Phase; Frame: 254TC; The delivery, inspection, and acceptance requirements are FOB destination and are to be delivered to Marine Corps Air Station Cherry Point, NC 28533. Delivery required within 6 8 weeks or earlier after award of contract. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: The Government will award a purchase order resulting from this Solicitation to the lowest priced technically acceptable quoter who agrees to meet the specified delivery date and who has a satisfactory past performance record. A technically acceptable quote is a quote that complies with all the specifications set forth herein. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.222.50, Combating Trafficking in Persons FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. FAR 52.211-6, Brand Name or Equal DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt 1, Central Contractor Registration DFAR 252.204-7008, Export Controlled Items DFAR 252.211-7003 Alt 1, Item Identification and Valuation DFAR 252.225-7000 Buy American Act Balance of Payments Program Certificate DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7010, Levies on Contract Payments DFAR 252.243-7001, Pricing of Contract Modifications The following clause is hereby incorporated in full-text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil or DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, 52.219-13, Notice of Set-Aside of Orders, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. 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 for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. All quotes will include detailed information that clearly demonstrates how the pumps being quoted meet or exceed the minimum requirements of the specifications listed in this RFQ. Quoters may include additional information as to how their proposed equipment will meet or exceed the Government s minimum requirements. All quotes must be received no later than 4:oo p.m., EST, 17 August 2012. Point of Contact: Frances Williams, Contract Specialist, Phone (252) 466-3068 Fax: (252) 466-8492, Email frances.malsonwillia@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Cherry Point Satellite Contracting Office Attn: Frances Williams, Code SUL4A PSC Box 801, Building 159, MCAS Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014612QU062/listing.html)
- Record
- SN02828327-W 20120808/120806235509-5b688d6d2996d72f9992f8d9d5c23858 (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 |