KNUCKLE RAKE BAR
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 announce... 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. This solicitation is being issued as a Request for Quote (RFQ) and the number is RFQ15B20719Q00000005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 (September 26, 2018) The North American Industry Classification Code is 333318. This requirement is not set aside for small business concerns. The size standard is 1000 employees. The U.S. Penitentiary in Lewisburg intends to enter into a firm-fixed price contract for the following commercial item: Schedule: Evaluation process: Trade off will be considered when evaluating price. Lowest price technically acceptable will not be an evaluation factor. We reserve the right to consider certain factors when evaluating price, such as delivery time frame, features of the equipment, warranty etc in deeming paying more in relation to a "trade off" of what is deemed more valuable and in the best interest of the Government Quantity (1) : Knuckle rake Bar Screen F.O.B Destination 304 stainless steel construction 70-degree setting angle clear bar spacing: 1/4" discharge height4'-0" stainless stell link chains removable s.s. covers upstream side of screen timer with ultra sonic differential level override control system explosion proof .5 hp motor nema 7 local contracl station nema 4x main control panel *MODIFICATION*QUANTITY (1): SCREENINGS WASHING PRESS BEHIND NEW BAR SCREEN PROJECT DETAILS: Screenings capacity: Up to 33 cubic feet per hour (batch service) Up to 99 cubic feet per hour (continuous service) Wash water requirement: 19 GPM Press incline angle: Horizontal Motor power: 5.0 h.p. Motor type: Totally enclosed, explosion-proof Gear reducer type: Right angle drive Electrical supply: 460-volt, 3 phase, 60 cycle (by others) MATERIALS OF CONSTRUCTION Press body: 304 Stainless Steel Inlet hopper: 304 Stainless Steel Discharge piping: 304 Stainless Steel Support legs: 304 Stainless Steel Press screw: Carbon Steel Gear reducer: Cast Iron/Manufacturers Standard Motor: Cast iron, explosion-proof **Please provide delivered pricing** Solicitation Provisions: 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov/far 52.212-1, Instructions to Offerors - Commercial Items (January 2017); Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items: Vendors shall submit signed and dated offers either by mail, or e-mail. E-mail address is: a1king@bop.gov. The mailing address is: USP Lewisburg 2400 Robert F. Miller Drive Lewisburg, PA 17837 Attn: Adam King The date and time for receipt of quotes is August 20, 2018 at 10:00 AM Eastern Standard/Daylight Time. Offer must indicate Solicitation No. RFQ15B20700000005, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include a completed copy of representations and certifications at FAR 52.212-3, and acknowledgment of all amendments, if any. Please note any offers that fail to furnish required representations and certifications, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offeror's initial offer should contain its best pricing. Offerors should include their Data Universal Number System (DUNS) number on the quote. Award will be made to the offeror providing the offer which is determined to be the most advantageous to the Government after considering price and price related factors, to include past performance. Any amendments issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Questions regarding this requirement may be addressed in writing to Adam King, at a1king@bop.gov. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.acquisition.gov/far. 52.212-3, Offeror Representations and Certifications - Commercial Items (November 2017) This provision is included as an attachment in full text. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 52.27.103-71, Faith-Based and Community-Based Organizations (AUG 2005)Faith-based and Community-based organizations can submit offers/quotations equally with other organizations for contracts for which they are eligible. (End of Provision) Contract Clauses: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far. (End of Clause) 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) (t)Effective October 1, 2003, ALL contractors MUST be registered on the System for Award Management site (SAM) and must remain registered through final payment on the contract. For additional information and to register, go to www.sam.gov. Offerors responding to this solicitation must be registered on SAM for their offers to be considered for award. 52.247-34, F.O.B. Destination (NOV 1991) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2018). This clause is included as an attachment in full text.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »