South Carolina Bids > Bid Detail

Grundfos Pump

Agency:
Level of Government: Federal
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
Opps ID: NBD00159274522347331
Posted Date: Feb 15, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/b95c0d7c78...
Follow
Grundfos Pump
Active
Contract Opportunity
Notice ID
F1M3E33325AQ01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR MOBILITY COMMAND
Office
FA4418 628 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 01:28 pm EST
  • Original Date Offers Due: Feb 23, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4630 - SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    Goose Creek , SC 29445
    USA
Description

Combined Synopsis/Solicitation



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; quotes are being requested and a written solicitation will not be issued.





The Request for Quotation (RFQ) number F1M3E33325AQ01 shall be used to reference any written quote provided under this RFQ.





The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07; Effective 08/10/2022.





This RFQ is solicited on an unrestricted basis.





The North American Industry Classification System (NAICS) code for this project is 332999 with a size standard of 750 employees.





The purpose of this combined synopsis and solicitations for the purchase and delivery of a Grundfos Pump, Part #SE1.35.A40.30 in accordance with the attached Salient Characteristics. The bid schedule and contract CLIN structure are below.







ITEM #



SUPPLIES/SERVICES



QTY



U/I



Unit Price



Extended Amount







0001



Grundfos Pump, Model SE1.35.A40.30



The contractor shall provide and deliver a Grundfos Pump, Model SE1.35.A40.30 IAW Attachment 1 – Salient Characteristics. Brand Name or Equal.







1







ea







$







$





TOTAL COST



$







The requested items are a brand name requirement, only items manufactured by the identified brand name will be accepted for award.





Ship to address:



Mr. Christopher Sword



102 E. Hill Blvd



JB Charleston, SC, 29404





FAR Provision 52.212-1, Instructions to Offerors – Commercial Items (Jan 2017) applies to this acquisition and the following addendum applies:





The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”, and “quote”.





Paragraph (a) first sentence revised as follows: “The NAICS code and small business size standard for this acquisition appear above.”





Paragraph (c) first sentence revised as follows: “The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.”





RFQ due date: 23 Feb 2023



RFQ due time: 2:00 P.M. EST



Email to hilton.huff@us.af.mil AND alyson.phillips@us.af.mil.





THIS MUST BE SENT TO THE EMAIL ADDRESSES AS STATED BELOW, ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.





Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.





All questions regarding this RFQ must be emailed to hilton.huff@us.af.mil AND alyson.phillips@us.af.mil.by 2:00 P.M. EST, 23 Feb 2023.





Please provide the following information with your quote:





Company Name: ____________



UEI Number: ____________



Cage Code: _______________



*Number of Employees_____________



*Total Yearly Revenue_______________



*Information required determining size of business for the NAICS referenced above





Estimated Delivery Time: ____________



Payment Terms: _________________________



Warranty: ________________



FOB (Select): ____ Destination _____ Origin



Shipping Cost included? ____ Yes _____ No





All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.





FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable:



(a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



(i) Technical capability of the item offered to meet the Government requirement, evidenced by the quote’s adherence to the Salient Characteristics



(ii) Price





Quotes will be arranged according to their total price and reviewed for technical capability on an Acceptable/Unacceptable basis in accordance with the table below.





Technical Rating



Description



Acceptable



Quote meets the requirements outlined in this solicitation.



Unacceptable



Quote does not meet the requirements outlined in this solicitation.





The evaluation process will begin with the lowest price offer and will continue until an offer is deemed technically acceptable. Once the lowest priced offer receives an Acceptable rating, further evaluation of the remaining quotes will not take place. The Government determines this to be the best value. An award will be made to the lowest price technically acceptable offeror.





(b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)



The item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. To be considered for award, quotes of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate “equal” products on the basis of information furnished by the vendor or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the vendor clearly indicates in its quote that the product being offered is an “equal” product, the vendor shall provide the brand name product referenced in the solicitation.



52.225-18 – Place of Manufacture.



As prescribed in 25.1101(f), insert the following solicitation provision:



Place of Manufacture (Mar 2015)



(a) Definitions. As used in this clause—



“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—



(1) FSC 5510, Lumber and Related Basic Wood Materials;



(2) Federal Supply Group (FSG) 87, Agricultural Supplies;



(3) FSG 88, Live Animals;



(4) FSG 89, Food and Related Consumables;



(5) FSC 9410, Crude Grades of Plant Materials;



(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;



(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;



(8) FSC 9610, Ores;



(9) FSC 9620, Minerals, Natural and Synthetic; and



(10) FSC 9630, Additive Metal Materials.



“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.



(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—



(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or



(2) [ ] Outside the United States.



(End of provision)



Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest.



FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.





FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.





Note: The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.





FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 18), additionally, the following FAR clauses cited in 52.212-5 are applicable:





FAR clause 52.204 Prohibition on a ByteDance Covered Application (Jun 2023)



(a) Definitions. As used in this clause—



Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited.



Information technology, as defined in 40 U.S.C. 11101(6)—



(1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use—



(i) Of that equipment; or



(ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product;



(2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but



(3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract.



(b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023, “No TikTok on Government Devices” Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor’s employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13.



(c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for the acquisition of commercial products or commercial services.



(End of clause)







The following DFARS Clauses are applicable to this solicitation:





DFARS 252.204-7004, Alternate A. System for Award Management



DFARS 252.225-7001, Buy American Act and Balance of Payments Program



DFARS 252.225-7002, Qualifying Country Sources as Subcontractors



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)



DFARS 252.232-7006, Wide Area Workflow Payment Instructions



DFARS 252.246-7000, Material Inspection and Receiving Report



The following AFFARS clauses are applicable to this solicitation:



AFFARS 5352.201-9101, AMC Ombudsman






  1. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.






  1. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).






  1. If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.






  1. The ombudsman has no authority to render a decision that binds the agency.






  1. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.





(End of clause)





The full text of these clauses and provisions may be assessed electronically at the website: acquisition.gov.



NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.





Attachments: (1)




  1. Attachment 1: Salient Characteristics




Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 843 963 5155 101 E HILL BLVD
  • JOINT BASE CHARLESTON , SC 29404-5021
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 15, 2024 01:28 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >