Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
SOLICITATION NOTICE

43 -- Procurement of Two Air Compressor with Installation - Request for Quote

Notice Date
12/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-17-Q-0007
 
Point of Contact
Gilberto Resto,
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Subject: The scope of this project is for the procurement of two compressor units to include; Installation and Manufacture Commissioning. Purpose: The purpose of this combined Synopsis/Solicitation is to award a single Firm-Fixed Price contract for two (2) Compressors with installation and commissioning, and removal of exiting compressor for disposal by the Maryland Army National Guard (MDARNG). The contractor shall furnish equipment as specified on the attached Request for Quote (RFQ) and Scope of Work (SOW). Synopsis: "PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED." This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribe in the Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912K6-17-Q-0007 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The RFQ is being conducted as a 100% small business set-aside. This RFQ incorporates provisions and clauses that in effect through Federal Acquisition Circular 2005-89. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. The North American Industry Classification System (NAICS) is 333912. The Small Business Administration (SBA) size standard is 1000 employees. NOTE: Maryland Army National Guard (MDARNG)/Government reserves the right to Award on an All or None Basis that is the Government may issue an Order to the Offeror that submits the lowest aggregate price rather than issue an Order to each Offeror on the basis of the lowest Quotation on each item. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The Warranty Period shall begin upon final acceptance of all items provided to the Government by the Contractor. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/. This is a Brand Name procurement or similar item, Seller certifies that it is an authorized distributer of the brand name or similar product being sold to the MDARNG and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). PLEASE NOTE: Interested Offeror's are to provide Firm Fixed Price Quote by Thursday, 10 January 2017 at 3:00 pm EST. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. MDARNG Band requires the following items, Brand Name or Similar to the following: CLIN DESCRIPTION U/I QTY PRICE EXT. PRICE 0001 Air Compressor (See Salient Characteristics on Attachment) Ea. 0002 0002 Installation/Commissioning Job 0001 TOTAL Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in "Best Value". Basis for award is Best Value: evaluation factors include: price and other factors considered (Technical, Delivery, and others). The North American Industry Classification System (NAICS) is 333912, Air and Gas Compressor Manufacturing. The small business size standard is 500 employees. Destination/Delivery : Shipping will be free on board (FOB) Destination to: Maryland Army National Guard Dundalk Readiness Center 1218 N. Point Road Baltimore, Maryland 21222-1621 Delivery Schedule: Distributor will provide delivery schedule from time of award. Clean-Up Requirement: All packing, crating and residue materials will be remove by the contractor and such materials may not be stored or disposed on government property. Acceptance Criteria: Compressors will be inspected upon completion of the manufacturer commissioning requirements. Items will be free of damage that may have occurred through shipment. NOTES: Interested offerors must be registered in System for Award Management (SAM), to register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number registered. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.202.1 Definitions (Nov 2013) 52.203-5 Covenant Against Contingent Fees (May 2014) 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting (NOV 2014) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items (Oct 2014) 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.223-5, Pollution Prevention and Right-To-Know Information (AUG 2003), 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016), 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea Questions: All questions are due to Maryland Army National Guard no later than Thursday, December 22, 2016 at 0800 AM EST to the following e-mail address: ng.md.mdarng.list.uspfo-arpc@mail.mil Site Visit: No visit required for this project. Quotes shall be submitted by email to Mr. Gilberto Resto, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than Thursday, January 10, 2017 at 3:00 PM EST. Quotes shall be clearly marked RFQ W912K6-17-Q-0007. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: Mr. Gilberto Resto Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHEMENTS: 1. Request for Quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-17-Q-0007/listing.html)
 
Record
SN04346084-W 20161209/161207234545-e915dea23e6e956908fdebeeda07655b (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.