Agency: | COMMERCE, DEPARTMENT OF |
---|---|
State: | Rhode Island |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 3, 2023 |
Due: | Apr 13, 2023 |
Solicitation No: | NM-AN2120-23-00913 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations/Marine Operations Center NOAA Ship Henry Bigelow requires incinerator parts needed to overhaul. The incinerators on several NOAA Ships are manufactured by Teamtec, a Norwegian company. The NOAA Ship Henry B. Bigelow’s incinerator is due for an overhaul this coming winter so parts required to overhaul the incinerator need to be procured now due to the long lead time of the parts.
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NM-AN2120-23-00913, NAME: Henry Bigelow incinerator Parts (Brand Name)
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.
(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 336611. The small business size standard is 1,250 Employees.
(V) This specification contains requirements for
REQUIREMENTS:
1. Provide the following incinerator parts needed to overhaul the ship’s incinerator:
Art. No
Description
Quantity
Unit
1
18295
Refractory Spare Parts Kit OG200/400C, Pallet No. 1
1.00
ea.
2
18296
Refractory Spare Parts Kit OG200/400C, Pallet No. 2
1.00
ea.
3
6565
Flue Gas Restriction Ring Brick, ø220
4.00
ea.
4
35957
Insulation, 1000x330x50 (Repl. for art.no. 773.)
25.00
ea.
5
9779
Cement
7.00
Kg
6
3506
Castable, low-cement
2.00
Kg
7
3571
Cover Plate for Insulation, L=410
2.00
ea.
8
3569
Cover Plate for Insulation, L=530
4.00
ea.
9
3892
Cover Plate for Insulation, L=710
2.00
ea.
10
10369
Pipe for Air Intake
1.00
ea.
11
13530
Glassfibre Rope 15x20
4.6
M
12
14044
Insulation, 1000x330x25
3.00
ea.
13
14048
Isofrax 1260C Blanket 128, t=25mm
1.00
M2
14
6520
Pipe to Vacuum Gauge
1.00
ea.
15
6535
Internal Door w/Refractory Segment, Slag Door
1.00
ea.
16
6538
Internal Door w/Refractory, Garbage Door
1.00
ea.
17
2496
Nut, hex., M12 ELZn
4.00
ea.
18
17691
Sealing Compound, NON DANGEROUS GOODS
1.00
ea.
19
14085
Wooden boxes for Refractory set for OG200/400C
1.00
ea.
20
15698
Motor, 71M-2, B5, 600V, 60Hz, 0,55kW
1.00
ea.
21
6566
Oil Pump, J4-CCC
1.00
ea.
22
3459
Air Damper for F-50-45-T
1.00
ea.
23
6044
Air Damper Actuator, 110V
1.00
ea.
24
12329
Nozzle, 2,5 gph 60° S
1.00
ea.
25
7842
Nozzle, 4,5 gph 45° SS
1.00
ea.
26
8354
Solenoid Valve, 1/8", 110V
3.00
ea.
27
7587
Photo resistor, QRB 1 A
1.00
ea.
28
35690
Thermocouple N-300, Long, Ceramic/Alsint Tip
1.00
ea.
29
12501
Thermocouple Type "K" Assembly
1.00
ea.
30
5127
Bearing Housing for DN300/350, Flue Gas Fan
2.00
ea.
31
5128
Bearing, Ø100/55
2.00
ea.
32
5129
Adapter sleeves, Ø57/50
2.00
ea.
33
5130
Seals, double-lip, Ø50
2.00
Set
34
5131
Locating ring, Ø95/100
2.00
ea.
35
4979
V-belt, XPA 1357
2.00
ea.
36
9205
Rail for Motor FGF DN 300/350
1.00
ea.
37
13878
Thread bar, M12
0.18
M
38
13878
Thread bar, M12
0.18
M
39
2496
Nut, hex. M12 ELZn
6.00
ea.
40
964
Washer, 12 ELZn
6.00
ea.
41
10452
Damper Motor, 24V AC
1.00
ea.
42
8352
Air Damper Actuator, 110V
1.00
ea.
March 2023
2. NAME PLATE DATA FOR THE INCINERATOR:
Manufacturer: TeamTec Model #OG 200C
NO. 20971
Capacity 465 kW
0575/04
(VII) Date(s) and place(s) of delivery and acceptance.
DELIVERABLE SCHEDULE: September 29, 2023.
DELIVERY ADDRESS:
NOAA Ship Henry B. Bigelow
Naval Station Newport
47 Chandler Street
Newport, RI 02841
Attn: Chief Engineer6
1. The Request for Quote (RFQ) number;
2. The Name, Address, Telephone Number, and SAM Unique Identifier of the Offeror;
3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;
4. Acknowledgment of Solicitation Amendments (SF-30), if any.
5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products.
6. Please provide name, address, telephone number, SAM Unique Identifier, Cage #.
8. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Material Cost, Labor, Travel, Freight/Delivery, Etc.).
9. A copy of the liability insurance (please ensure is up to date).(For Services Only)
10. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the rfq. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration.
11. Please provide at least three detail jobs with references performed within the past three years that are the same or similar in scope onboard marine vessels.
12. Vendor shall provide a point of contact that includes name, telephone number, emails, contract value and a detail description of the work performed.
*** The government will award a firm fixed price contract based on best value to the government, capability, availability and price. Price will be evaluated on base cost and optional cost. ***
"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".
CAM 1352.215-72 Inquiries (APR 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO Christopher.baker@noaa.gov or link below
https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee
(End of clause)
(IX) FAR 52.212-2, Evaluation – Commercial Items (https://www.acquisition.gov/far/part-52), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on
a) Capability – (Authorized Distributor)
b) Availability (Parts Delivery)
c) Price (Base Price and Optional Price- Labor Hours, markup fees)
The Government intends to award a best value trade-off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
PROVISIONS:
DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE,
https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl
CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010)
CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010)
CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010)
1352.233-70 Agency Protests (insert current date)
(a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999)
(b) Agency protests filed with the Contracting Officer shall be sent to the following address: Christopher Baker, 439 w York Street, Norfolk, VA 23510. Christopher.baker@noaa.gov
(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: National Oceanic and Atmospheric Administration
601 East 12th Street
Kansas City, Missouri 64101
Bradley.willis@noaa.gov
(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.
(e) Service upon the Contract Law Division shall be made as follows:
U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230.
FAX: (202) 482-5858
(End of clause)
1352.233-71 GAO and Court of Federal Claims protests (https://www.acquisition.gov/car/part-1352-solicitation-provisions-and-contract-clauses)
(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:
U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230.
FAX: (202) 482-5858
(End of clause)
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
Offers shall submit quotes electronically no later than 0800 hrs EST, April 13, 2022. Purchase Order will be issued after evaluation of quotes and made to the vendor whose quote is best value to the Government with regards to
a) Capability – (Authorized Distributor)
b) Availability (Parts Delivery)
c) Price (Base Price and Optional Price- Labor Hours, markup fees)
Made in America Exception: FAR 25.104 Nonavailable articles The following articles have been determined to be nonavailable in accordance with 25.103(b)(1)(i): pare and replacement parts for equipment of foreign manufacture, and for which domestic parts are not available.
Apr 14, 2023 | [Combined Synopsis/Solicitation (Updated)] Henry Bigelow incinerator Parts (Brand Name)Henry Bigelow incinerator Parts (Brand Name) |
With GovernmentContracts, you can: