Fire Truck Water Pump
Update 13 July 2023 - Changed delivery time to "13 Week or less lead time" Update 5 July 2023 - added attachment picture of "Water Pump data plate" This is a combined synopsis/solicitation for a Fire ... Update 13 July 2023 - Changed delivery time to "13 Week or less lead time" Update 5 July 2023 - added attachment picture of "Water Pump data plate" This is a combined synopsis/solicitation for a Fire Truck water pump for the MS ANG Vehicle Maintenance shop, prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W50S7K-23-R-0018 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, effective 06-02-2023 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20230606 dated 6 June 2023. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being advertised as a TOTAL SMALL BUSINESS SET ASIDE. The North American Industrial Classification System (NAICS) Code is 336390 and the Small Business Size Standard is. 1000 employees The Combat Readiness Training Center-Contracting Office, Gulfport, MS intends to issue a contract/purchase order for the following product: Description of Requirements Model # CPK-5 Two Stage Fire Pump 320 GPM Capacity 2.26 Ratio at 1350 DISCH PSIG Max DISCH 1350 PSIG Fits 2015 Oshkosh Global Stryker Fire Truck 13 Week or less lead time Manufacturer- Waterous Please use the attached Bid Sheet or equivilant to provide a quote. CLIN 0001 – 1 Each Water Pump Must be delivered to: CRTC – Vehicle Maintenance 4715 Hewes Ave. bldg. 145 Gulfport, MS 39507 Offer is to be FOB DESTINATION, BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the lowest price conforming to the description of the requirement. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Award may be made without discussions. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at acquisition.gov . Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Quotes are due no later than 12:00 P.M. CST, Monday, September 19, 2022. Quotes shall be emailed to michael.hornbeck@us.af.mil and brian.davis.18@us.af.mil SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to SAM.gov. All applicable certificates and representations must also be complete in SAM.gov. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-22, Alternative Line Item Proposal 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications an Video Surveillance Services or Equipment 52.204-25, Prohibition Regarding Certain Telecommunications an Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-1, Instructions to Offerors--Commercial Items 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items - Alternate I (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation 2013-O0019) 52.219-1 Small Business Program Representations (DEVIATION 2023-O0002) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-14, Limitations on Subcontracting (FEB 2023) (DEVIATION 2021-O0008) 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7006, Billing Instructions 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American And Balance Of Payments Program-Basic (Jun 2022) 252.225-7048, Export-Controlled Items 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (DEVIATION 2021-O0003) (APRIL 2021) 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: MS ANG CTRC - Base Contracting Office 4715 Hewes Ave Gulfport, MS 39507-4324
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »