Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
MODIFICATION

43 -- Fuel System Hydrant Pump

Notice Date
10/31/2012
 
Notice Type
Modification/Amendment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Hampshire, 1 Minutemen Way, Concord, New Hampshire, 03301-5652, United States
 
ZIP Code
03301-5652
 
Solicitation Number
F8N3CE2279A001
 
Archive Date
12/14/2012
 
Point of Contact
Jeff Walz, Phone: 6032271585, Scott Ballweg,
 
E-Mail Address
jeffrey.g.walz.mil@mail.mil, scott.l.ballweg.mil@mail.mil
(jeffrey.g.walz.mil@mail.mil, scott.l.ballweg.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (ii) This solicitation, F8N3CE2279A001, is being issued as a Request for Proposal (RFP). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 dated October 15, 2012. This procurement is unrestricted. (iv) The North American Industry Classification System (NAICS) code is 237120 and the business size standard $33.5 Million. The NH National Guard Joint Contracting Office, Pease Air National Guard Base NH, 03803-0157 intends to negotiate and award a Firm Fixed Price Purchase Order. All potential sources with the expertise and required capabilities to provide this item and installation can submit such data discussing the same in duplicate within 5 days from the date of this announcement. This data must include sufficient information to allow the NH National Guard Joint Contracting Officer to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) ITEM1: QTY 1, ea: REPLACE EXISTING TRUCKLOADING PUMP WITH NEW API 610 PUMP. USE EXISTING PUMP PAD. 3x4x13A CUP-OH2 pump & 100 HP motor on the API No. 4 base-plate (36" x 96.5"). ITEM 2: RECONFIGURE SUCTION AND DISCHARGE PIPING.. ITEM 3: RELOCATE FLOW SWITCH IN EXISTING DISCHARGE PIPING. ITEM 4: INSTALL NEW CLA-VALVE CONTROL VALVE IN NEW PIPING. 6" Cla-val control valve NSCV with solenoid. ITEM 5: MODIFY EXISTING PLC PROGRAM TO ACCOMMODATE ADDITIONAL PUMP (2400 GPM SYSTEM) ITEM 6: TUNE SYSTEM MECHANICALLY BASED ON PLC NEW PROGRAM ITEM 7: USE EXISTING PUMP ELECTRICAL EQUIPMENT WHERE POSSIBLE (vi) This project in accordance with attached "Performance Work Statement" consists of the procurement and installation of 1 ea, API 610 Horizontal Hydrant Fuels System Pump with associated piping, control valves and PLC re-programming. The end result is to expand the mission capability of the existing Pease Air National Guard Base (ANGB) hydrant fuels system in order to increase the delivery flow rate from 1800 gallons per minute to a future 2400 gallons per minute. (vii) Desired Delivery Date: August 30, 2013. If delivery cannot be made in accordance with the Government's proposed delivery schedule, please indicate your best expedited delivery schedule. FOB destination; New Hampshire Air National Guard, Pease Air National Guard Base NH, 03803-0157. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal proposal form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses 2) Discounts for prompt payment if applicable 3) Cage code 4) Duns Number 5) Taxpayer ID number 6) Business Size 7) Price and delivery information 8) Provide three (3) relevant past performance reference including name of contractor, point of contact and tel- number. 9) Provide proposed schedule for deliveries and installation complete. 10) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) The following provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 - 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirment; (ii) past performance and (iii) price. Technical and past performance, when combined, are approximately equal to cost or price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 shall be submitted with their offers. The use of Systems for Awards Management (SAM) is mandatory as of October 01,2012. of Systems for Awards Management (SAM) is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use of Systems for Awards Management (SAM) to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the of Systems for Awards Management (SAM) website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a) (2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) g. 52.222.41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) a. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351)..). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. h. 52.222-50, Combating Trafficking in Persons (Aug 2007) i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). k. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169) l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). m. 52.233-3 Protest after award (Aug 1996) n. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). (xiii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. The agency requests that all potential offerors use the attached "Request for Information" or RFI Template to answer questions about this project. (xiv) N/A (xv) Proposals ARE DUE BY Thursday November 29, 2012 at 12 Noon EST. Proposals shall be emailed to: jeffrey.g.walz.mil@mail.mil Prospective offerors may attend a Site Visit at the following date, time and location: Date, time : Thursday November 15, 2012 at 0900hrs. Location: Pease Air National Guard Base, Newington NH. Please email jeffrey.g.walz.mil@mail.mil no later than Tuesday November 13, 2012 at 1400 hrs indicating company representatives that will be attending. (xvi) Point of Contact(s) regarding this solicitation: Please email to Jeff Walz at e-mail: jeffrey.g.walz.mil@mail.mil. Alternate: Scott Ballweg at e-mail: scott.L.ballweg.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/F8N3CE2279A001/listing.html)
 
Place of Performance
Address: Pease Air National Guard Base, Newington, New Hampshire, 03801, United States
Zip Code: 03801
 
Record
SN02922220-W 20121102/121031234437-24ce0c7e6d434c4ea9f79b690cb92f08 (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.