SOLICITATION NOTICE
43 -- Circulator Pump
- Notice Date
- 2/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- 102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
- ZIP Code
- 02542-5028
- Solicitation Number
- W912SV-15-T-0005
- Response Due
- 2/11/2015
- Archive Date
- 4/5/2015
- Point of Contact
- Kerry Wells, 508-968-4978
- E-Mail Address
-
102 IW/MSC
(kerry.wells@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format and subpart FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number assigned to this announcement is W912SV-15-T-0005. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) on behalf of the 102d Intelligence Wing (102IW) located at Otis Air National Guard Base on Joint Base Cape Cod, MA. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 333911 and 508size standard is 500 Employees. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-78 effective 26 Dec 2014 and DFARS Publication Notice 20150129 effective 29 Jan 2015. SPECIFICATIONS: The 102IW has a requirement to procure Brand Name Only - No Substitutes Authorized the following listed item: CLIN 0001: Circulator Pump, Brand Name: Taco, Model: #KS5095AE2KCA409M Essential Salient Features: Capacity - Gallons Per Minute - 925.00, HEAD Feet, lift - 65.00 feet, IMPELLAR DIAMETER - 9.10, MOTOR HORSE POWER - 20, REVOLUTIONS PER MINUTE - 1750, MOTOR: VOLTAGE - 230/460. EVALUATION FACTORS: The contract type for this procurement will be firm-fixed price. Award will be made on the basis of Brand Name Only, Low Price. See the attached Brand Name/Sole Source Justification & Approval for Other than Full and Open Competition. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) e-Business Suite located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through iRAPT and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached solicitation document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. SUBMITTAL REQUIREMENTS: If your company is interested in providing a quote for this requirement, please review this announcement and attachments carefully. Quotes must be submitted with the following included/completed criteria or by using the attached solicitation document. Failure to provide all requested information per this announcement may cause your offer to be considered non-responsive: 1.Block 12 - Discount Terms 2.Block 17a - Contractor/Offeror: Name, Address, Phone Number, POC with email, Cage Code, DUNS, and Tax Id Number. 3.CLIN 0001 - Unit Price, Amount, and Net Amount. 4.Inspection and Acceptance Terms. If FOB is other than Destination, the FOB Origin price must be included/identified. 5.Delivery Information. Estimated Delivery Date. 6.FAR CLAUSE 52.212-3, Offeror Reps and Certs [unless already completed in System for Award Management (SAM) but please state when providing quote] 7.FAR CLAUSE 52.219-1, Small Business Program Representations Responses for this announcement are due NLT 1:00 PM EST on 11 FEB 2015. A completed quote or attached solicitation must be submitted via email NLT date and time specified to kerry.wells@ang.af.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.wells@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-15-T-0005/listing.html)
- Place of Performance
- Address: 102 IW/MSC 158 Reilly Street, Room 221, Box 8 Otis ANG Base MA
- Zip Code: 02542-5028
- Zip Code: 02542-5028
- Record
- SN03633429-W 20150206/150205000056-e4d8d03ebb2779f07cf3a2d08f9e9fb9 (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 |