United States - SFOO 12 Inch Pumps

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
11 September 2019
Opportunity publication date
29 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 28, 2019 10:10 am

DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION - W912EP19R0042
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

This is a Request for Proposal (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-05 (13 Aug 2019).
The U.S. Army Corps of Engineers (USACE), Jacksonville District has a requirement for two (2) 12-inch dewatering pump systems. The pump systems will be used to dewater fresh, brackish, and salwater navigation locks throughout the state of Florida depending upon location.
USACE Jacksonville District anticipates awarding one (1) firm-fixed priced supply contract to complete the requirement listed above.
This requirement is a 100% Small Business Set-Aside.
The associated NAICS code is: 333996, Fluid Power Pump and Motor Manufacturing
Small business size standard is: 1,250 employees
This requirement is for supplies to provide two (2) 12-inch dewatering pump systems. Each system shall include: one (1) 12" submersible trash pump head; one (1) trailer mounted hydraulic power unit with Tier IV diesel engine; one (1) hydraulic line set 50' in length with quick connect fittings; and one (1) set of discharge piping as described below. The pump systems will be used to dewater navigation locks throughout the state of Florida. The locks are fresh, brackish, and saltwater depending upon location. The maximum vertical discharge height from the bottom of the structures to the top of the lock gates is 32'.
Each pump head, power unit, and line set shall be trailer mounted for transportation. The mounting trailers shall be DOT (Department of Transportation) approved with diamond plate fenders, cushioned suspensions, pintle hitches, tow crossbars, stabilizing jacks, and hydraulic brakes. The pump engines shall at least be 4-cylinder, water-cooled, and Tier IV diesel powered with a fuel capacity sufficient to provide a minimum operating time of 30-hours at full load. Standard pump equipment shall include, but not be limited to, lifting ball provisions, locking provisions for battery and fuel cap, integral fuel tank cleanouts and drain ports, suction strainers, and fuel and vacuum gauges.
The pumps, at minimum, shall have inlet and outlet diameters of 12". Hydraulic hose lengths for the pumps, in and out of the units, shall be at least 50' in length.
Pump Characteristics at 68oF, 1 atmosphere pressure, and fresh water S.G. of 1.00
Pump Size 12"
Performance (minimum) 4,000 GPM @ 35' TDH
Engine Tier IV 4-cylinder water-cooled
Fuel Type Diesel
Trailer Mounted (Y/N) Y
Inlet/Outlet Hydraulic Hose Length (minimum) 50'
Solids Handling (minimum diameter) 3"
Discharge Horizontal or Vertical
The discharge piping set shall be made of various lengths of flanged pipe to accommodate different vertical lift and horizontal discharge configurations at each of the structures. Short straight pipe sections shall have a minimum length not less than 4' and not more than 6'. Long straight pipe sections shall have a minimum length not less than 8' and not more than 12'. The total length of straight piping for each system will be no less than 50'. For each pump system, at least one 90-degree elbow is required to transition from the vertical lift to a horizontal discharge. For each system with a horizontal pump head discharge a 90-degree elbow is required to transition to vertical lift. Sufficient assembly hardware and gasket material will be supplied to assemble all sections of discharge piping.
(SEE BELOW AND ATTACHED DESCRIPTION OF SUPPLIES)
CLIN DESCRIPTION

0001 SFOO 12 Inch Dewatering Pumps with Discharging Piping
The contractor shall provide two (2) 12-inch dewatering pump systems as defined in the Description of Supplies (DoS).

Delivery Date: within 90 days of award
Location of Work: The supplies to be delivered under this contract will go to the following:
U.S. Army Corps of Engineers, Clewiston
Operations Office
525 Ridgelawn Road
Clewiston, FL 33440-5399
Delivery shall be accomplished during regular work hours, 8:00 AM to 5:00 PM Monday through Friday.
The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition.
Addendum to 52.212-1
Proposal Content - The quote shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) and Commercial and Government Entity (CAGE) code of the offeror, the solicitation number and its contents. All quote documents when printed shall fit on 8 x 11 inch paper to include spreadsheets (with appropriate page breaks). The quote shall be, at a minimum, 12 point font (8 point is acceptable for Tables/Graphics). Ensure the quote is submitted in PDF format. Spreadsheets shall be submitted in Excel document format.
Quotes shall be responsive to and comply with the terms of this combined synopsis/solicitation in order to be eligible to receive an award. The Government will reject the quote if determined to be materially nonresponsive or that does not conform to the terms of the combined synopsis/solicitation.
To be eligible to receive an award, quotes submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below:
a. Technical: The term "technical," as used herein, refers to the non-price elements listed below.
• Technical Specifications: Specifications have been defined in the Description of Supplies (DoS). The vendor shall submit a quote that meets or exceeds all specifications identified in the PWS.
b. Past Performance (Section 3): No submission is required for the Past Performance Factor. The Government intends to review past performance information from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers.
c. Price (Section 4): A Firm Fixed Price (FFP) shall be submitted for this effort.
The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition.
Addendum to 52.212-2
The Government anticipates the issuance of a Firm Fixed Price (FFP) Lowest-Priced Technically Acceptable (LPTA) contract in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance; (3) Price.
To be eligible to receive an award, quotes submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below:
a. Technical: The term "technical," as used herein, refers to the non-price elements listed below. Quote's will be rated as "Acceptable" or "Unacceptable" in regards to ability to meet the Government's requirement. Refer to Table 1 for a description of the ratings. The minimum requirements of each element must be met in order for the technical factor to be considered acceptable and for the quote to be considered for award.
• Technical Specifications: Specifications have been defined in the Description of Supplies (DoS). The vendor shall submit a quote that meets or exceeds all specifications identified in the PWS.
Table 1. Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Quote meets the requirements of the solicitation.
Unacceptable Quote does not meet the minimum requirements of the solicitation.
b. Past Performance (Section 3): The Government will evaluate offerors' likelihood of success in performing the solicitation's requirements as indicated by those offerors' record of past performance. Past performance ratings will be based on data obtained from any available sources, such as the Past Performance Information Retrieval System (PPIRS). The Government will assign a rating as indicated below.
Table 2. Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.)
Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable."
c. Price (Section 4): A Firm Fixed Price (FFP) shall be submitted for this effort. The Government will evaluate all aspects of the quote for reasonableness. Quotes found to be unreasonable may be rejected on that basis. The Government will only award the required contract if a fair and reasonable price can be obtained.
The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.
The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.
Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition
• 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I
• 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
• 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
• 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
• 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
• 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
• 52.219-6 Notice of Total Small Business Set-Aside
• 52.219-8 Utilization of Small Business Concerns
• 52.219-14 Limitations on Subcontracting
• 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 Veterans
• 52.222-36 Equal Opportunity for Workers with Disabilities
• 52.222-37 Employment Reports on Veterans
• 52.222-50 Combating Trafficking in Persons
• 52.222-55 Minimum Wages Under Executive Order 13658
• 52.222-62 Paid Sick Leave Under Executive Order 13706
• 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
• 52.224-3 Privacy Training
• 52.225-13 Restrictions on Certain Foreign Purchases
• 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
• 52.233-3 Protest After Award
• 52.233-4 Applicable Law for Breach of Contract Claim
Additional Provision that apply to this acquisition:
• 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation
• 52.204-7 System for Award Management
• 52.204-16 Commercial and Government Entity Code Reporting
• 52.204-22 Alternative Line Item Proposal
• 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
• 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
• 252.203-7005 Representation Relating to Compensation of Former DoD Officials
• 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
• 252.205-7000 Provision of Information to Cooperative Agreement Holders
Additional Clauses that apply to this acquisition:
• 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
• 52.204-13 System for Award Management Maintenance
• 52.204-18 Commercial and Government Entity Code Maintenance
• 52.204-19 Incorporation by Reference of Representations and Certifications
• 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
• 52.215-23 Limitations on Pass-Through Charges
• 52.225-18 Place of Manufacture
• 52.232-39 Unenforceability of Unauthorized Obligations
• 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
• 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
• 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
• 252.204-7004 Alternate A, System for Award Management
• 252.204-7011 Alternative Line-Item Structure (added)
• 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
• 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
• 252.211-7008 Use of Government-Assigned Serial Numbers
• 252.213-7000 Notice to Prospective Supplies on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.
• 252.223-7008 Prohibition of Hexavalent Chromium
• 252.225-7001 Buy American And Balance Of Payments Program-Basic
• 252.225-7008 Restriction on Acquisition of Specialty Metals
• 252.225-7012 Preference for Certain Domestic Commodities
• 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic
• 252.225-7048 Export-Controlled Items
• 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
• 252.227-7015 Technical Data--Commercial Items
• 252.227-7037 Validation of Restrictive Markings on Technical Data
• 252.232-7010 Levies on Contract Payments
• 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
• 252.243-7002 Requests for Equitable Adjustment
• 252.244-7000 Subonctracts for Commercial Items
• 252.247-7023 Transportation of Supplies by Sea-Basic
Fill-In Clauses that apply to this acquisition:
• 52.219-28 Post Award Small Business Program Rerepresentation
(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 333996
• 52.252-6 Authorized Deviations in Clauses
(a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
Open Market pricing is required.
Anticipated Award Date is: September 30, 2019
Technical inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, Thursday, September 5, 2019. Questions shall be sent via email to samantha.r.lague@usace.army.mil, and james.t.tracy@usace.army.mil. When submitting questions, please include the solicitation number, and title.
The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after September 5, 2019. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto.
All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation. If an amendment is issued, it will be posted on the Federal Business Opportunities website (www.fbo.gov).
Quotes are due by 3:00 PM EST, Wednesday, September 11, 2019. Quotes shall be sent via email to samantha.r.lague@usace.army.mil, and james.t.tracy@usace.army.mil.
Any other questions regarding this acquisition should be directed to the Contract Specialist, Samantha LaGue at (904) 232-1032 or by e-mail.
Attachment(s):
Description of Supplies (DoS)

Opportunity closing date
11 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Jacksonville United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?