SOLICITATION NOTICE
61 -- Sumitomo Reducer for Waste Water Treatment Plant - A03 JA under SAT_FAR Part 13_Sumitomo Reducer - A07 Provisions and Clauses
- Notice Date
- 8/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
- ZIP Code
- 02542-5028
- Solicitation Number
- W912SV-18-Q-6015
- Archive Date
- 9/8/2018
- Point of Contact
- Kerry A. Wells, Phone: 5089684978, Kirk B. Wetherbee, Phone: 5089684977
- E-Mail Address
-
kerry.a.wells2.civ@mail.mil, kirk.b.wetherbee.mil@mail.mil
(kerry.a.wells2.civ@mail.mil, kirk.b.wetherbee.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A07 Provisions and Clauses A03 JA under SAT_FAR Part 13_Sumitomo Reducer 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-18-Q-6015. This solicitation is issued as 100% Total Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 423610 and size standard is 500 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018 and DFARS Publication Notice 20180629 effective 29 Jun 2018. This requirement is BRAND NAME ONLY-NO SUBSTITUTES for the following listed items. See Justification and Approval (J&A) Under SAT FAR Part 13 for Brand Name Only Determination. 0001: Flender Mixer Retrofit Sumitomo Reducer for Waste Water Treatment Plant (WWTP) Model # QVPD3-UDN-45 Essential Salient Features: Gear, Shaft Configuration Helical, Parallel Mounting Position Vertical Solid Shaft Housing Material, Type Cast Iron, Split Number Reductions Three Exact Ratio 43.631:1 Reducer Output Speed RPM 40.6 Mechanical Rating HP 143 Mechanical SF over Motor Power 3.6 Input Speed RPM 1,770 Output Speed RPM 41.0 Desired/Theoretical Ratio 43.2:1 Minimum Mechanical SF 1.5 Minimum Thermal SF 1 Existing Unit H3BV7 Thermal Rating HP 97 Thermal SF over Motor Power 2.4 Torque Rating in-lbs 222,722 Min. Bearing L-10 Life Hrs 528,643 Max. Oil Temperature ° F 156 H.S.S. Diameter in 1.654 L.S.S. Diameter/Bore in 4.528 QUANTITY: 1 EA //END OF LINE ITEMS// EVALUATION FACTORS: The contract type for this procurement will be a single, firm-fixed price and award without discussions utilizing procedures in FAR Part 13, Simplified Acquisition Procedures. Award will be made on the basis of lowest price technically acceptable based on the Vendors MUST provide the technical specification documents of items quoted for technical evaluation. Vendors are cautioned that offers submitted that are found to have missing information (i.e., product technical spec sheets) will be considered non-responsive and will not be considered for award. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07 Provisions & Clauses". Please ensure all fillable provisions and clauses are completed and returned with your quote (i.e., FAR 52.212-3, DFARS 252.209-7999, etc.). ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. SUBMITTAL REQUIREMENTS: In addition to pricing, quote must include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, Payment Terms. In addition to your quote, you must be active in SAM with no debt liability and current representations and certifications. Quotations (to include Applicable Clauses mentioned above) must be submitted via email no later than (NLT) the date and time specified to kerry.a.wells2.civ@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.a.wells2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-18-Q-6015/listing.html)
- Place of Performance
- Address: 102 Intelligence Wing, Otis ANG Base, Massachusetts, 02542, United States
- Zip Code: 02542
- Zip Code: 02542
- Record
- SN05035845-W 20180816/180814231138-9e8a1d7c175ba76a92b02a407e9f676e (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 |