Colorado Bids > Bid Detail

Pyro-clean oven

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 44 - Furnace, Steam Plant, and Drying Equip, Nuclear Reactors
Opps ID: NBD00159211198650794
Posted Date: Mar 9, 2023
Due Date: Mar 13, 2023
Solicitation No: 6982AF23Q000016
Source: https://sam.gov/opp/445444d1ff...
Follow
Pyro-clean oven
Active
Contract Opportunity
Notice ID
6982AF23Q000016
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
Office
6982AF CENTRAL FEDERAL LANDS DIVISI
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 09, 2023 02:41 am MST
  • Original Date Offers Due: Mar 13, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4440 - DRIERS, DEHYDRATORS, AND ANHYDRATORS
  • NAICS Code:
    • 333994 - Industrial Process Furnace and Oven Manufacturing
  • Place of Performance:
    Lakewood , CO 80228
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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.

(ii) The solicitation number 6982AF23Q000016. This solicitation is being issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2023-01, which was effective December 01, 2022.

(iv) This requirement is not a small business set-aside. The NAICS code is 333994, with business size standard 500 Employees.

(v) The resulting Firm Fixed-Price open market Purchase Order (PO) will contain one (1) line item (number 00010).

(vi) The requirement is for Pyro-Clean Oven

Designed to burn off test residue from lab equipment

CE Certified Mode

Includes:

- Two catalyst filled shelves

- 30 amp breaker

- 10 ft power cord (plug not supplied)

- Stylus & clip

Electrical Requirements: 240 V, 1 ph, 50/60 Hz, 30 A



(vii) The expected delivery date is as soon as possible. The place of delivery and acceptance is at FedEx Shipping Address: 1 Denver Federal Center, Building 52, Denver, CO 80225



USPS Mailing Address: 12300 W. Dakota Ave, Lakewood, CO 80228



Attn Patrick Kowing Materials Laboratory.



(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition and there are no addenda to the provision.

Questions may be submitted via email to sheri.walsh@dot.gov no later than 2:00 P.M. current MST, Friday March 10, 2023. Questions submitted after this date may not be answered.

(ix) The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services, applies to this acquisition.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Priced Technically Acceptable. In order to pass the technical capability factor, an offeror’s quotation must meet section (vi). Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation

Note 1: Potential awardee must be registered in the System for Award Management (SAM) website accessible at https://www.sam.gov

(x) The provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition and there are no addenda to the provision.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition; the following clauses are hereby included by reference.

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

52.222-3, 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

52.222-42, Statement of Equivalent Rates for Federal Hires

52.222-50, Combating Trafficking Persons

52.222-55, Combating Trafficking in Persons

52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33, Payment by Electronic Funds Transfer--System for Award Management

52.232-36, Payment by Third Party



(xiii) Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Additional contract requirement(s) and terms and conditions determined by the contracting

officer to be necessary for this acquisition and consistent with customary commercial

practices are included herein.



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7, System for Award Management

52.204-9, Personal Identity Verification of Contract Personnel (frequent base access)

52.204-13, System For Award Management Maintenance

52.204-16, Commercial and Government Entity Code Reporting

52.204-17, Ownership or Control of Offeror

52.204-18, Commercial and Government Entity Code Maintenance

52.204-20, Predecessor of Offeror

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26, Covered Telecommunications Equipment or Services-Representation

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 Certification

52.233-3, Protest after Award

52.233-4, Applicable Law for Breach of Contract Claim

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.247-34, F.O.B Destination

52.252-1, Solicitation Provisions Incorporated by Reference



INVOICES & PAYMENTS



1252.232-70 Electronic Submission of Payment Requests. (Nov 2022)

(a) Definitions. As used in this clause -

(1) Contract financing payment has the meaning given in FAR 32.001.

(2) Payment request means a bill, voucher, invoice, or request for contract financing payment or invoice payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices,” this clause, and the applicable Payment clause included in this contract.

(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.

(4) Invoice payment has the meaning given in FAR 32.001.

(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Governmentwide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.

(c) Processing system. The Department of Transportation utilizes the DELPHI system for processing invoices. The DELPHI module for submitting invoices is called iSupplier. Access to DELPHI is granted with electronic authentication of credentials (name & valid email address) utilizing the GSA credentialing platform login.gov. Vendors submitting invoices are required to submit invoices via iSupplier (DELPHI) and authenticated via www.login.gov.

(d) Invoice requirements. To receive payment and in accordance with the Prompt Payment Act, all invoices submitted as attachments in iSupplier (DELPHI) shall contain the following:

(1) Invoice number and invoice date.

(2) Period of performance covered by invoice.

(3) Contract number and title.

(4) Task/Delivery Order number and title (if applicable).

(5) Amount billed (by CLIN), current and cumulative.

(6) Total ($) of billing.

(7) Cumulative total billed for all contract work to date.

(8) Name, title, phone number, and mailing address of person to be contacted in the event of a defective invoice.

(9) Travel. If the contract includes allowances for travel, all invoices which include charges pertaining to travel expenses will catalog a breakdown of reimbursable expenses with the appropriate receipts to substantiate the travel expenses.

(e) Payment system registration. All persons accessing the iSupplier (DELPHI) will be required to have their own unique user ID and password and be credentialed through login.gov.

(1) Electronic authentication. See www.login.gov for instructions.

(2) To create a www.login.gov account, the user will need a valid email address and a working phone number. The user will create a password and then www.login.gov will reply with an email confirming the email address.

(3) iSupplier (DELPHI) registration instructions: New users should navigate to: http://einvoice.esc.gov to establish an account. Users are required to log in to iSupplier (DELPHI) every 45 days to keep it active.

(4) Training on DELPHI. To facilitate use of DELPHI, comprehensive user information is available at http://einvoice.esc.gov.

(5) Account Management. Vendors are responsible to contact their assigned COR when their firm's points of contacts will no longer be submitting invoices, so they can be removed from the system.

(f) Waivers. For contractors/vendors who are unable to utilize DOT's DELPHI system, waivers may be considered by DOT on a case-by-case basis. Vendors should contact their Contracting Officer's Representative (COR) for procedures.

(g) Exceptions and alternate payment procedures. If, based on one of the circumstances set forth in 1232.7002(a) or (b), and the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. If DELPHI is succeeded by later technology, the Contracting Officer will supply the Contractor with the latest applicable electronic invoicing instructions.

(End of clause)

(xiv) There is no Defense Priorities and Allocations System (DPAS) and assigned rating applicable to this action.

(xv) Quotations must be submitted by 2:00 PM MST on Monday, March 13, 2023, to sheri.walsh@dot.gov



(xvi) Contact Sheri Walsh via email to sheri.walsh@dot.gov for information regarding this combined synopsis/solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 12300 W. DAKOTA AVE
  • LAKEWOOD , CO 80228
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 09, 2023 02:41 am MSTCombined 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 >