Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOLICITATION NOTICE

N -- Purchase, Installation, initial maintenance and training of 2 Air Compressors

Notice Date
9/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
N40027 SOUTHEAST REGIONAL MAINTENANCE CENTER - MAYPORT, FL PO Box 280057 Building 1488, Mayport Naval Station Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N4002712T0009
 
Response Due
9/24/2012
 
Archive Date
10/9/2012
 
Point of Contact
Anthony Laury 904-270-5126 ext 3359
 
E-Mail Address
anthony.laury@navy.mil
(anthony.laury@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40027-12-T-0009, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. NAICS code 333912 applies. This is a small business set-aside. South East Regional Maintenance Center (SERMC), Mayport, Florida intends to award a firm fixed price purchase order for SERMC for the following: Provide a quote for (2) each Air Compressors with the following characteristics: *150 H.P., 480 VOLTS Three Phase *560 CFM AT 125 PSI *TEFC PREMIUM EFFICIENT MAIN DRIVE MOTOR *TEFC PREMIUM COOLING FAN DRIVE MOTOR *NEMA 4 ELECTRICAL SWITCH CABINET * śWYE DELTA ť REDUCED VOLTAGE STARTING *FULL CABINET ENCLOSURE *LIQUID TIGHT BASE FRAME, ENVIRONMENTAL REGULATIONS *CABINET PREFILTERS *HEAVY DUTY, TWO STAGE AIR INTAKE FILTER WITH CYCLONE SEPARATION ACTION *3 STAGE OIL SEPARATION, PROVIDING OIL CARRYOVER LESS THAN 2 PPM AT ANY OPERATING CONDITION *TO INCLUDE: COMPLETE TURN KEY INSTALLATION AS FOLLOWS. *ALL FREIGHT AND DELIVERY TO BUILDING 1488, MASSEY AVE., *REMOVAL OF OLD COMPAIR/LEROI 125 H.P. AIR COMPRESSOR, SERMC will be responsible for disposal of old units *UNLOADING OF NEW AIR COMPRESSOR AND PLACEMENT IN THE PAINT AND CORRISON CONTROL COMPRESSOR ROOM *NEW AIR LINE PIPING, SIZED PER COMPRESSOR MANUFACTURER *NEW ELECTRICAL CONNECTION TO AIR COMPRESSOR, SIZED PER DUVAL COUNTY, FLORIDA STATE, U.S. NAVY AND MANUFACTURERS CODES. *INSTALL NEW HOT EXHAUST COOLING AIR DUCT THRU METAL WALL WITH RAIN PROTECTION AND BIRD SCREEN. *PERFORM ALL START UP CHECKS AND SERVICES *QUOTE MUST INCLUDE All EQUIPMENT, LABOR AND MATERIALS FOR THE REMOVAL OF THE OLD AIR COMPRESSOR AND INSTALLATION OF THE NEW AIR COMPRESSORS *PERFORMANCE OF FIRST PREVENTIVE MAINTENANCE TO INCLUDE PARTS, LABOR, LUBRICANT AND OIL *INITIAL STARTUP OF THE NEW COMPRESSORS *INITIAL TRAINING FOR THE OPERATION AND MAINTENANCE OF THE AIR COMPRESSORS *DELIVERY TIME *FILE ALL WARRANTY INFORMATION PROVIDING COPIES Delivery Date: 30 November 2012 MANUFACTURER: END ITEM APPLICATION: Shipping address for this item is 1488 Massey Ave., Mayport, FL 32228 Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________ Are items being imported? ________ If so, from what country? ____________ The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications “ Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26Equal Opportunity, 52.222-35Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (904) 270-5056 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ”Representation and Certification 52.233-4Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003Item Identification and Valuation; 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023Transportation of Supplies by Sea 252.247-7023Transportation of Supplies by Sea Alternate III 252.225-7000 Buy American Act and Balance of Payment Program Certificate 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2Clauses Incorporated by Reference 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 my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1.Price quote which identifies the requested item(s), unit price, and extended price 2.Total price 3.Prompt Payment Terms 4.Remittance address, Tax Identification Number, DUNS number and Cage Code 5.Responses to this solicitation are due 24 September 2012 at 1600 local time, Mayport, Florida. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Anthony.Laury@navy.mil or faxed via 904-270-5056 Attn: Anthony Laury. Please reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62670/N4002712T0009/listing.html)
 
Place of Performance
Address: Mayport Naval Station
Zip Code: 1488 Massey Ave, Mayport, Florida
 
Record
SN02885905-W 20120919/120918001156-039b82cfc62e2c224e70f47b00e46178 (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.