Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
SOLICITATION NOTICE

43 -- Air Compressor System - Attachments

Notice Date
9/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0304
 
Archive Date
9/28/2017
 
Point of Contact
Robert A. Edwards, Phone: 3013943690
 
E-Mail Address
robert.a.edwards147.civ@mail.mil
(robert.a.edwards147.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted DnF for OTFOC under $150K Full Text Clauses (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one manufacturer's product under the authority FAR 13.501(a) -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, and brand name descriptions. The name of the company the Government intends to award a contract to is Ingersoll-Rand Company or an Ingersoll-Rand Company authorized re-seller. (ii) The solicitation number is W911QX-17-T-0304. This acquisition is issued as an request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective:1/19/17. (iv) The associated NAICS code is 333912. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): a.Quantity two (2) UP6S-30-125 Rotary Screw Air Compressors b.Quantity one (1) EH250 Externally Heated Desiccant Dryer w/ Energy Management System 460V c.Quantity one (1) EDV Kit for Wet Tank d.Quantity one (1) PNLD II-12 No Air Loss Drain Valves on Dry Tank e.Installation f.Start-up and commissioning (vi) Description of requirements: C.2 Objective The Contractor shall replace the non-operational compressed air equipment and install a new compressed air system that will meet all the current operational needs of the M-Range at Aberdeen Proving Grounds. C.3 Requirements C.3.1 The Contractor shall remove the existing compressed air system consisting of two (2) UP6-30-125 Rotary Screw Air Compressors and one (1) AirTek Heated Desiccant Dryer. C.3.2 The Contractor shall provide and install the following new equipment: two (2) UP6S-30-125 Rotary Screw Air Compressors, one (1) EH250 Externally Heated Desiccant Dryer w/ Energy Management System 460V, one (1) EDV Kit for Wet Tank and one (1) PNLD II-12 No Air Loss Drain Valves on Dry Tank. C.3.3 Rigging/Placement: The Contractor shall rig and remove existing equipment to be recycled off base. Rig and insert two (2) new air compressors and supporting equipment in existing compressor area. The Contractor shall furnish two (2) UP6S-30-125 Rotary Screw Air Compressor Package, one (1) EH250 Externally Heated Desiccant Dryer w/ Energy Management System 460V, one (1) EDV Kit for Wet Tank and one (1) PNLD II-12 No Air Loss Drain Valves on Dry Tank. C.3.4 Decommissioning: The contractor shall remove the decommissioned equipment from the base and dispose of it in accordance with state regulations. C.3.5 Electrical: The Contractor shall reuse existing electrical disconnects, existing leads from old units and existing electrical connections for the new units. Electrical work consists of testing existing power to determine correct amperage, voltage and fuses for all the new equipment. Lock out and tag out the electrical disconnects before disconnecting any equipment. Inspect existing electrical wire conditions prior to reconnecting the new equipment. Existing electrical infrastructure and configuration will remain. C.3.6 Plumbing: The Contractor shall disconnect the existing air compressor airline piping and condensate lines. Once equipment is set into place the contractor shall replumb the airlines to the new compressor outlets. All condensate lines will be replumbed to the new traps and drains. All modifications will consist of using materials similar to existing system. Drain valves shall be added to the existing wet and dry tanks to bring their functionality up to standard compressed air system requirements. C.3.7 Commissioning and warranty: After installation, contractor shall use Factory Certified Technicians to perform required start-up and commissioning procedures to activate warranty on newly installed compressors in compliance with the manufactures requirements. C.3.8 The Contractor shall perform all ancillary labor during normal business hours of Monday - Friday 0700-1600 Eastern Time (ET). (vii) Delivery is required by 4 months after award. Delivery shall be made to 328 Hopkins Road Aberdeen Proving Ground, MD 21005-5068. Acceptance shall be performed at 328 Hopkins Road Aberdeen Proving Ground, MD 21005-5068. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 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) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 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) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFAR 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) 252.225-7035 ALT l, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) ALTERNATE I 252.225-7036, BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.225-7036 ALT l, BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) ALTERNATE I (JUN 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFAR 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Local Clauses ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT INTENT TO SOLICIT ONLY ONE SOURCE GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG) EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as ___N/A___. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 13 September 2017, by 11:59AM EST, at robert.a.edwards147.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Robert Edwards, Contract Specialist, 301-394-3690, robert.a.edwards147.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2211fac66e8787de520e34af8b9b99f)
 
Place of Performance
Address: 328 Hopkins Road, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04668898-W 20170910/170908231922-e2211fac66e8787de520e34af8b9b99f (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.