SOLICITATION NOTICE
66 -- FUME HOOD
- Notice Date
- 7/1/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 3155 Brinser Street, San Diego, CA 66042
- ZIP Code
- 66042
- Solicitation Number
- N55236-15-Q-0140
- Response Due
- 7/9/2015
- Archive Date
- 1/5/2016
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N55236-15-Q-0140 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The NAVSEA - SWRMC requires the following items, Meet or Exceed, to the following: LI 001: assembly of one (1) 72?Wide Fume Hood, scrubber and Fan with minimum sp of 3.0 at 800 to 900 CFM. The procurement includes an auto dosing system for scrubber with sump and manual pump-out capability, an automatic PH control system (or manual indicator/alarm) for scrubber sump, a variable speed motor for Exhaust Fan, two(2) 110V duplex outlets (minimum), and an interior hood drain to sump., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - SWRMC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - SWRMC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The offerors commercial warranty shall apply and shall be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offers received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. Offerors who have completed SAM should notify the Contract Specialist before solicitation's closing date and time so it can be downloaded by the Procuring Contracting Office. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, 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 Request for Quotation (RFQ) N55236-15-Q-0140 is issued as a Total Small Business Set-Aside purchase. The applicable NAICS code is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2005-82 (Effective 08 JUNE 2015). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) order; Contract Line Item No. (CLIN) 0001 is for the purchase and assembly of one (1) 72?Wide Fume Hood, scrubber and Fan with minimum sp of 3.0 at 800 to 900 CFM. The procurement includes an auto dosing system for scrubber with sump and manual pump-out capability, an automatic PH control system (or manual indicator/alarm) for scrubber sump, a variable speed motor for Exhaust Fan, two(2) 110V duplex outlets (minimum), and an interior hood drain to sump. Required delivery date: 10 weeks (ARO). Item to be installed at the Southwest Regional Maintenance Center, Materials Lab, Bldg 61, 3755 Brinser Street, Suite 1, San Diego, CA 92136. Statement of Work attached. Point of contact is Mr. Alan Azimi, Code 205B. DEADLINE FOR REQUESTS FOR INFORMATION: All questions regarding this requirement shall be submitted electronically to Mr. Naquan Bostick, email: naquan.bostick@navy.mil or Ms. Dawn Randolph, e-mail: dawn.randolph@navy.mil no later than 06 JULY 2015 at 11:00 Local Time to allow adequate time to prepare a response. Offers submitted via facsimile or through the Government web-site www.fbo.gov will not be accepted. All offers must be clearly marked with RFQ No. N55236-15-Q-0140. No telephone calls of offers will be accepted. Potential offerors must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to the Feb Biz Opps and/ or the Fed Bid website. Offerors shall sign and submit amendment(s) with their offer before the closing date and time. SWRMC Primary POC: Mr. Naquan Bostick, email: naquan.bostick@navy.mil, phone 619-556-9389. Alternate POC: Ms. Dawn Randolph, email: dawn.randolph@navy.mil phone 619-556-1221. Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. Item shall be priced at F.O.B. Destination. Inspection and acceptance shall be at destination by the Government. The following factors shall be used to evaluate offers: (i) Technical capability of the item quoted to meet the Government requirement. (ii) Price. Technical capability will be evaluated on a pass/fail basis. An offer that is considered technically unacceptable shall be ineligible for award. The lowest priced offer that is determined to be technically acceptable shall be selected for award. The following apply to this acquisition and are incorporated by reference: ? 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) ? 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) ? 52-219-6 Notice of Total Small Business Set-Aside (Nov 2011) ? 52.222-3 Convict Labor (Jun 2003) ? 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014) ? 52.222-21 Prohibition of Segregated Facilities (Feb 1999) ? 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) ? 52.222-50 Combating Trafficking in Persons (Mar 2015) ? 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) ? 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) ? 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ? 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) ? 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) ? 52.233-3 Protest After Award (AUG 1996) ? 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) ? 52.242-17 Government Delay of Work (Apr 1984) ? 52.247-34 F.O.B. Destination (Nov 1991) The following RMC clause applies to this acquisition and is incorporated by full text: ? RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: ? 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) ? 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013 ? 252.204-7003 Control of Government Personnel Work Product (Apr 1992) ? 252.204-7004 Alternate A, System for Award Management (Feb 2014) ? 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) ? 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2015) ? 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Nov 2014) ? 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) ? 252.225-7048 Export-Controlled Items (Jun 2013) ? 252.232-7010 Levies on Contract Payments (Dec 2006) ? 252.243-7001 Pricing of Contract Modifications (Dec 1991) ? 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) ? 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014) ? 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) ? 252.232-7010 Levies on Contract Payment (Dec 2006) (Jun 2012) ? 252.247-7023 Alternate III Transportation of Supplies by Sea (Apr 2014)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-Q-0140/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN03782313-W 20150703/150701235053-909609f4c027dbd5d1bb7444156f14b6 (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 |