SOLICITATION NOTICE
45 -- Commercial Water Heaters (2)
- Notice Date
- 8/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-15-Q-3019
- Response Due
- 8/14/2015
- Archive Date
- 10/2/2015
- Point of Contact
- TSgt Chad Hagen, 757-764-7600
- E-Mail Address
-
USPFO for Virginia
(chad.hagen@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 333318 size standard of 1000 employees. Contract line item numbers and quantities: CLIN 0001 Two (2) commercial grade electric water heaters. Units should have at a minimum of five (5) heating elements, totaling 90,000 W. Units must be able to function with 480 V, 3 phase power supply. Attional materials needed include: 1) 1 quote mark X 1 quote mark hex bushing (2 each) 2)3/4 quote mark NPT Thrmowell (2 each) 3)In line brass ball valve, solder (2 each) 4)Dielectric union, 1 1/2 quote mark, FIP X solder (2 each) 5)1 1/2 quote mark X 6 quote mark galvanized steel nipple (2 each) 6)Pressure gauge, 0-100 psi (4 each) Units should be comparible to a State Industries Inc. model SSE-80-18-IFE-ASME The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-16, Commercial and Government Entity Code Reporting *C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment C- 52.204-18, Commercial and Government Entity Code Maintenance *C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P- 52.211-6, Brand Name or Equal P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items C- 52.212-4, Contract Terms and Conditions-Commercial Items *C- 52.219-6, Notice of Total Small Business Set Aside *C- 52.222-3, Convict Labor *C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies *C- 52.222-21, Prohibition of Segregated Facilities *C- 52.222-26, Equal Opportunity *C- 52.222-36, Equal Opportunity for Workers with Disabilities *C- 52.222-50, Combating Trafficking in Persons *C- 52.223-15, Energy Efficiency in Energy Consuming Products *C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving *C- 52.225-13, Restrictions of Certain Foreign Purchases *C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors *C- 52.233-3, Protest After Award *C- 52.233-4, Applicable Law for Breach of Contract Claim P- 252.203-7005, Representation Relating to Compensation of Former DoD Officials P- 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation C- 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7012, Safeguarding of Unclassified Controlled Technical Information C- 252.204-7015, Disclosure of Information to Litigation Support Contractors (P) 252.209-7993, Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Deliquent Tax Liability or a Felony Conviction under Federal Law C- 252.223-7008, Prohibition of Hexavelent Chromium P- 252.225-7031, Secondary Arab Boycott of Isreal P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate C- 252.225-7001, Buy American and Balance of Payments Program C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C- 252.232-7006, Wide Area Work Flow Payment Instructions C-252.232-7010, Levies on Contract Payments C- 252.244-7000, Subcontracts for Commercial Items Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. quote mark Best value quote mark means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government's selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference C-52.252-2, Clauses Incorporated by Reference at http://farsite.hill.af.mil C-52.252-6, Authorized Deviations in Clauses P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST 10 August 2015. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals must be submitted in writing via email by 3:59 p.m. EST on 14 August 2015 to email chad.hagen@us.af.mil. Evaluation- 100% Small Business Set-Aside; unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. The Government will award a firm-fixed priced contract. Award will be made on a best value basis, Lowest Price Technically Acceptable. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-15-Q-3019/listing.html)
- Place of Performance
- Address: VaANG Base Contracting Officer 165 Sweeney Blvd, Building 768, Ste 214 Langley AFB VA
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN03821637-W 20150805/150803235654-5e455a8c530dd50239c95d419fe18d0b (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 |