SOLICITATION NOTICE
42 -- SWOS SUPERVAC STEEL MOTOR BLOWER SMOKE EJECTOR
- Notice Date
- 3/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
- ZIP Code
- 06349
- Solicitation Number
- N0018918QG081
- Response Due
- 3/22/2018
- Archive Date
- 9/18/2018
- 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 N0018918QG081 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 333999 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 2018-03-22 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Diego, CA 92136 The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following: LI 001: BLOWER, MOTOR STEEL SMOKE EJECTOR FFP SuperVac 20 Inch, 1 HP, Hazardous Location Motor Smoke Ejector MFG HONDA Franklin Electric Motor Model SUPER VAC MFG Item Nr. P200SE-952890 Distributer NAFECO SALIENT CHARACTERISTICS Honda Super Vac Smoke Ejector 20 inch Model P200SE,1HP, Voltage 120 per 240V, CF per minute 9500 CFM, Square construction, (4) Carrying handles on each corner, Operational with any 120 or 240 volt system, Frame constructed of steel surrounds (4) blade 20 inche recurve tip blade, Blade material - cast aluminum alloy Nr. 319, Blade precision balanced and attached to engine shaft,Attaches to ventilation air duct to either inlet or outlet side of fan, used in conjuction with spiral or L air ducting, Front and rear saftety guards IAW OSHA and U.L. Standards, Tested to AMCA 210 for AirBannerID movement that exceeds 3200 3200 CF per minute. To include Shipping, Delivery FOB Destination to San Diego, CA 92136 Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 8, EA; 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, FLC Norfolk - Groton 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. FLC Norfolk - Groton 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) The NAICS code is 333999 and the Small Business Standard is 100%. (1) Bid Price Information Vendors shall complete Contract Line Item Numbers (CLIN) 0001 to include data specifications, lead time, and Shipping Delivery FOB Destination to San Diego, CA included within each bid item. (2) The vendor shall complete and return FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements or Statements - Representation (Jan 2017). (3) The vendor shall complete and return FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (4) The vendor shall complete and return DFARS 252.225-7000 Buy American Act-Balance of Payment program Certificate (Nov 2014). Buy America Certificate must not be left blank. It must state the actual name of the country where the item was manufactured. EVALUATION FOR AWARD (LOWEST PRICE, TECHNICALLY ACCEPTABLE) Award of the purchase order resulting from this Request for Quote (RFQ) will be made to the responsible vendor whose submission (quote) is technically acceptable, in full compliance with all other requirements set forth in the RFQ, and the lowest price. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 System for Award Management OCT 2016 System for Award Management Maintenance OCT 2016 Commercial and Government Entity Code Reporting JUL 2016 Commercial and Government Entity Code Maintenance JUL 2016 Brand Name or Equal AUG 1999 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Protest After Award AUG 1996 Requirement to Inform Employees of Whistleblower Rights SEP 2013 System for Award Management Alternate A FEB 2014 Alternative Line Item Structure SEP 2011 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Prohibition of Hexavalent Chromium JUN 2013 Export-Controlled Items JUN 2013 Sources of Electronic Parts DEC 2017 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918QG081/listing.html)
- Place of Performance
- Address: San Diego, CA 92136
- Zip Code: 92136-5588
- Zip Code: 92136-5588
- Record
- SN04861554-W 20180322/180320232018-29ad5332ecf9a03f5b23a33b06323f03 (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 |