SOLICITATION NOTICE
43 -- Pumps and Motors
- Notice Date
- 1/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
- ZIP Code
- 00000
- Solicitation Number
- M6739915Q0003
- Response Due
- 2/11/2015
- Archive Date
- 2/26/2015
- Point of Contact
- Linda Lamoreux 760-830-3413
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation (Pumps and Motors) 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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-15-Q0003 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 effective December 26, 2014.. This solicitation is reserved exclusively for Small Business Concerns. (100% Service Small Business set aside) The North American Industry Classification System Code (NAICS) is 333911. The Standard Industrial Classification Code (SIC) for this order is 3561. The small business size standard is 500 EMP. The Federal Supply Classification (FSC) for this order is 4320. This solicitation is for the purchase of Pumps and Motors to be used at the wastewater treatment plant pump station that pumps water from the clarifiers into the tank where it is disinfected and pumped to holding ponds. CLIN 0001, Qty: 2 Item Description: Brand Name or Equal Floway Two Stage Product Lubrication Pump model 12DOH The minimum specifications of the pump(s) should include: Constant speed operation Product lube 12DOH bowl assembly - 2 stage Cast iron bowls (ASTM A48 cl 30-enamel lined) Flanged bowls Bowl bolting - 304SS (ASTM F593 Gr CW1), Floway material code - 106 Bismuth tin bronze bowl bearings (UNS C89835) Bronze impellers (ASTM B584 C87600) Finished Impellers Steel collets (ASTM A108-90a Gr 1215) Bowl shaft 1.6875 (Standard) 416SS bowl shaft (ASTM A582-88a Type 416) Suction bell Bismuth tin bronze suction bearings (UNS C89835) Stainless steel nameplate - bowl Bowls fully assembled Column 8 - (1 - 85.25in.Top and 0- 10 and 0- 5 sections) Column pipe ASTM A53 Gr. B rolled and welded steel Schedule 30 column pipe.277 wall thickness Threaded Lineshaft 1 416SS lineshaft (ASTM A582-88a Type 416) 416SS lineshaft coupling (ASTM A582-88a Type 416) Discharge head material - CI (ASTM A48-90 cl 30) 8x12 A Discharge head 8 discharge 125# flange (CI std) Mechanical seal CLIN 0002, Qty: 2 Item Description: Brand name or equal GE Motor The minimum specifications of the motor(s) should include: 15HP 1200RPM 3Ph 60Hz 460v Must be compatible with CLIN 0001 item Delivered to Bldg. 1927, MAGTFTC/MCAGCC, 29 Palms, CA 92278. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR: 52.204-7, 52.204-13, 52.212-1, 52.212-3, 52.212-4, 52.204-13, 52.212-4, 52.212-5(b)(6)(14)(i)(18)(25)(28)(29)(30)(31)(33)(42)(43)(52), 52.233-4, 52.246-2, and 52.247-34. DFARS: 252.203-7005, 252.204-7004 Alt A, 252.204-7012, 252.211-7003, 252.223-7008, 252.232-7003, 252.232-7010, and 252.243-7001. 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Priced, Technically Acceptable (LPTA). The following factors shall be used to evaluate proposals: 1. Price: The quoters price quote will be evaluated to determine if it is reasonable and consistent with the proposed technical approach for the base. Unrealistically low (or high) proposed price determined to be unbalanced may be grounds for eliminating the quote from competition on the basis that the quoter does not understand the requirement, or has made an unrealistic quote. The initial proposal submitted must contain adequate information to ascertain the contractor s ability to comply with all requirements of the solicitation and should contain the offeror s best terms from a price and technical standpoint. All proposals SHALL be submitted electronically to linda.lamoreux@usmc.mil may be hand carried or delivered to: MAGTFTC/MCAGCC Regional Contracting Office Attn: Linda Lamoreux Building 1102, door 21 Twentynine Palms, CA 92278 FAX: FAXED PROPOSALS WILL NOT BE ACCEPTED The Offeror agrees to hold the quote firm for 90 calendar days from the date specified for receipt of quotes. For proposals delivered by hand, offerors are advised that entry to the installation is restricted, and offerors are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If proposals are submitted in different formats requiring different delivery methods, the proposal of record shall be the last complete version received prior to the deadline. For email proposals, the Government office designated for receipt of the proposal is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government s control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Offerors are responsible for allowing adequate time for transmission to be completed. The offeror bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the proposal received. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, File Transfer Protocol, or PayWeb. (1) To access PayWeb, the vendor may go to the following site: https://onronline.orn.navy.mil/payweb/ (2) For instruction on PayWeb payment request submission, please contact the office identified below: Office of Naval Research 140 Sylvester RD, Bldg 140 Rm 218 San Diego, CA 92106-3501 (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAACM67443 Issue By DoDAACM67399 Admin DoDAACM67399 Inspect By DoDAACNot Applicable Ship To Code Ship From CodeNot Applicable Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAACNot Applicable LPO DoDAACNot Applicable DCAA Auditor DoDAACNot Applicable Other DoDAAC(s)Not Applicable -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and sub line item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. Acceptor: Purchasing Agent: linda.lamoreux@usmc.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF point of contact. Ms. Susan Fox email: susan.e.fox@usmc.mil Phone (760) 830-5110 Ms. Saundra Wurst email: saundra.wurst@usmc.mil Phone (760) 830-5121 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 29P 0007A DELIVERY TIMES (APR 2010) (Supplies) (a) Truck deliveries accepted between the hours of 7:30 A.M. and 3:30 P.M. No deliveries will be accepted on Saturdays, Sundays, or legal holidays. HOLIDAY OBSERVANCE New Year s Day1 January Martin Luther King Jr. Birthday3rd Monday in January Presidents Day3rd Monday in February Memorial DayLast Monday in May Independence Day4 July Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans Day11 November Thanksgiving Day4th Thursday in November Christmas Day25 December (b) In the event any of the above holidays occur on a Saturday or a Sunday, then the holiday shall be observed by the contractor in accordance with the practices as observed by the assigned government employees at the using activity. This includes the Friday after all holidays observed or occur on a Thursday (i.e. Thanksgiving). Contractors are allowed to contact freight personnel at (760) 830-6408 or (760) 830-1563 to schedule appointments for large deliveries. (End of clause) 29P0022 MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: The contractor shall comply with all current access procedures throughout all performance periods under this contract, and changes to these procedures shall not constitute grounds for contractor claims or request for equitable adjustment. All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: A valid form of Federal or state government I.D. If driving a motor vehicle, a valid drivers license, vehicle registration and proof of insurance. Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term). Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a)must establish the employees citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b)must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c)will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal s Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under business access. NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor s expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List. b. is illegally present in the United States. c.is subject to an outstanding warrant. d.has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor s employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. *** It is very important that all vendors and contractors follow all instruction provide below, when quotes, bids, or proposals are being submitted *** If you have any questions or concerns please contact 760-830-3413 or email linda.lamoreux@usmc.mil. Quotations are due by 0900 PST on Wednesday, 11 Feb 2015 at The Regional Contracting Office, Marine Air Ground Task Force Training Command (MAGTFTC)/Marine Corps Air Ground Combat Center (MCAGCC), Bldg 1102, Door 21, Twentynine Palms, CA 92278-6053, ATTN; Linda Lamoreux, Purchasing Agent, Telephone # 760-830-3413 and email: linda.lamoreux@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739915Q0003/listing.html)
- Record
- SN03625450-W 20150129/150127234226-acca8e1ae7171ee425a555f929f422c4 (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 |