Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
SOLICITATION NOTICE

43 -- Medical Air Compressor and Installation

Notice Date
9/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0946
 
Response Due
9/23/2012
 
Archive Date
10/23/2012
 
Point of Contact
Ryan Brown 619-532-9569
 
E-Mail Address
ryan.brown2@med.navy.mil
(ryan.brown2@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-12-T-0946. The closing date is September 23, 2012 @ 09:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. This acquisition has been set-aside 100% for small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is 333912; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: CLIN 0001 Medical Lab Air System. To include: Duplex 5HP, Oil Less compressor, (30.4 SCFM @ 100PSIG), wet receiver, filtration, desiccant dryer, dew point monitor with purge control, control panel shall be capable of remote mounting on adjacent wall (if required), and training on start up/two hours of on-site demonstrations. Quantity: 1 Each Price______ CLIN 0002 Materials for installation. Anticipated materials to be identified as individual items on quote. Quantity 1 Lot. Price_______ CLIN 0003 Installation labor. Quantity: vendor to propose hours. Price______ CLIN 0004 Shipping. Quantity: 1 Each. Price______ *****A mandatory site-survey has been schedule for Wednesday 19 September 2012 at 09:00am PST. Questions will be addressed during this time. All interested parties must respond by 08:00am 18 September 2012 via email to ryan.brown2@med.navy.mil. Please respond with your complete name (and the names of others in your party), company name, vehicle make, model, and color. This information is required for base access. Directions to the site survey will be sent in reply. Contractors that do not attend the site-survey will not be considered for award. STATEMENT OF WORK Laboratory Air Compressor Navy Drug Screening Lab 1.0 Overview: The system is to provide laboratory air and air for nitrogen separation into an existing Peak Scientific NM-120L. The contractor will provide compressor, valving, filter/canisters, gauges, receiver tank, control panel, purification system, safety relief system, dew point monitor. The existing chassis shall provide for redundant compressors with the option to add more should capacity requirements increase in the future. New piping will be used to convey clean, dry air to the laboratory and will be plumbed in parallel with existing tank system for backup. 2.0 Compressor: The system provides oil-less air from oil-less scroll rotary scroll compressors. Shall provide redundant compressors adding up to 10 horsepower. Each compressor shall have isolation, check and safety valves. Aftercooler shall be provided with separator, and a thermal malfunction protection device. 3.0 Receiver tank: Shall be vertical with at least 200 psig working pressure. Provided with pressure gauge, relief valve, 3-valve bypass, and manual and automatic tank drain. Corrosion-resistant lining. 4.0 Control Panel: Shall be Nema 12, UL508A listed with 120V control panel with protected primary and secondary circuits. Panel shall control redundant pumps with lead/lag alternation. High temperature shutdown dry contacts with alarm shall be provided on labeled contact strip for monitoring. Each redundant module shall have circuit disconnect, magnetic starter, lighted HOA switch, high temperature shutdown alarm, and an hour meter. 5.0 Air Purification: Single -40F heat-less dessicant dryer system sized for full system capacity.01 pre-dryer filter, 1 micron after-filter.01 micron final filter (third filter) Pressure reducing valve @ 100 psig Final safety relief valve set @ 125 psig Automatic dew point detection to reduce purge frequency 6.0 Monitoring equipment: Dew point monitor with audible/visual alarms and dry contacts for remote signal. Second set of contacts provided for air dryer to reduce purge frequency. 7.0 Expandable option: Control panel and dryer sized for future expansion to another 5 HP compressor. All starters, switches, controls and PLC program for the future expansion are included. Frame includes space for future expansion without requiring extra space from the customer. Initial unit and compressors for future expansion shall fit on a 34 by 74 by 72 , including compressors and accumulator tank. 8.0 Piping: Rigid aluminum piping shall be run into the laboratory confirmation area. Four drops shall be provided between the confirmation and methods area. 9.0 Removal of old equipment: Existing compressor, nitrogen separators, receiver tank, piping. The old equipment shall remain the property of the customer. End Statement of Work The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 - System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance: contractor shall provide two references of similar system installations within the past 3 years and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989). 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.239-7000 Protection Against Compromising Emanations (JUN 2004) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: 1) Technical Capability, 2) Past Performance: contractor shall provide two references of similar system installations within the past 3 years and 3) Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012). A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 09:00am Pacific Standard Time on 23 September 2012. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0946/listing.html)
 
Place of Performance
Address: 34425 Farenholt Ave.
Zip Code: BLDG 26-2B, San Diego, CA
 
Record
SN02882913-W 20120916/120914235707-23caa1d3e4446f433c0869e7afd470da (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.