Skip to main content

An official website of the United States government

You have 2 new alerts

Thompson Submersible Hydraulic Pump Head

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)
  • Original Published Date: Jul 17, 2024 04:51 pm EDT
  • Original Date Offers Due: Jul 31, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 333996 - Fluid Power Pump and Motor Manufacturing
  • Place of Performance:
    Clewiston , FL 33440
    USA

Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

General Information

Document Type:                           Combined Synopsis/Solicitation

Solicitation Number:                    W912EP24Q0018

Posted Date:                                 17 July 2024

Question Response Date:             24 July 2024 12:00pm EST

Response Date:                             31 July 2024 12:00pm EST

Product or Service Code:              4320

Set Aside:                                      100% Small Business Set Aside

NAICS Code:                                 333996

Contracting Office Address: U.S. Army Corps of Engineers (USACE) Jacksonville District Contracting Division- Procurement Section

701 San Marco Blvd Jacksonville, FL 32207

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to award without discussions.

This is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 (5 October 2023).

The associated North American Industrial Classification System (NAICS) code for this procurement is 333996 Fluid Power Pump and Motor Manufacturing, with a small business size 550 employees.

The Jacksonville District USACE Contracting Division- Procurement Section is seeking to purchase a quantity two (2) submersible hydraulic pump heads model S12M compatible with Thompson Pumps model TPM 78HPU, 4200 GPM flow rate, 3-line system. In addition, the vendor will supply quantity two (2) sets of hydraulic hoses with general specs: 3-line 1 ¼” x 75’delivery line, 1 ½” x 75’ return line, ½” x 75’ bypass line with wing nut style quick disconnect couplings and HTMA flush face style quick disconnect couplings. The vendor shall also include two (2) 22” strainers (one (1) strainer for each pump head) and two (2) hose guard/shields (one (1) for each pump head) in their proposal.

The vendor shall provide spec sheets with their proposal which at a minimum include solids handling capabilities, flow rate, input pressure, and dimensions to ensure compatibility with the Thompson Pump Head model TPM 78HPU.  South Florida Operations Office, located in Clewiston, Florida.

 All interested companies must provide a quotation for the following:

LINE ITEM 0001   TWO (2) Submersible hydraulic pump heads model S12M compatible with Thompson Pumps model TPM 78HPU, 4200 GPM flow rate, 3-line system

LINE ITEM 0002 TWO (2) Hydraulic hoses with general specs: 3-line 1 ¼” x 75’delivery line, 1 ½” x 75’ return line, ½” x 75’ bypass line with wing nut style quick disconnect couplings and HTMA flush face style quick disconnect couplings

LINE ITEM 0003 TWO (2) Strainers and hose shields included for proposed compatible model

LINE ITEM 0004 FREIGHT / DELIVERY

THE VENDOR SHALL PROVIDE SPEC SHEETS WITH THEIR PROPOSAL WHICH AT A MINIMUM INCLUDE SOLIDS HANDLING CAPABILITIES, FLOW RATE, INPUT PRESSURE, AND DIMENSIONS TO ENSURE COMPATIBILITY WITH THE THOMPSON PUMP HEAD MODEL TPM 78HPU.

Delivery and acceptance are required within 90 days of contract award.

Ship to Address:  USACE, US Army Corps of Engineers South Florida Operations Office

525 Ridgelawn Road, Clewiston, FL 33440

Receiving Point of Contact (POC): Dylan Tinsley; Dylan.w.tinsley@usace.army.mil  (904) 728-8940

Receiving Location work hours:  Delivery shall be provided Monday through Friday between 9:00 a.m. and 3:00 p.m. Contractor shall coordinate and prepare delivery schedules and submit it for approval of the Contracting Officer Representative (COR).

Award of a Firm Fixed Price (FFP) Purchase Order will be made to the quoter whose quotation offers the best value to the government, utilizing lowest price technically acceptable (LPTA), simplified acquisition procedures authorized in FAR Part 13. Price will be evaluated by adding the sub total price for trees, shrubs, and groundcover to determine a total evaluated price (TEP). Quotes will be ranked in price order from lowest to highest based on the Total Evaluated Price (TEP). If the lowest ranked TEP quote is found to have fair and reasonable pricing, the Government will complete a responsibility determination in accordance with the criteria specified in FAR 9.104-1. If found responsible, the evaluation process stops at this point as that offer represents the best value to the Government. If the quoter is found to be non-responsible, the next lowest ranked TEP quote will be evaluated. This process will continue (in order of ascending (TEP) until a quoter is found to have fair and reasonable pricing and the quoter is deemed responsible.

The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov.

The following solicitation provisions apply to this acquisition:

CLAUSES INCORPORATED BY REFERENCE

52.204-7  System for Award Management  OCT 2018

52.204-13  System for Award Management Maintenance  OCT 2018

52.204-16  Commercial and Government Entity Code Reporting  AUG 2020

52.204-18  Commercial and Government Entity Code Maintenance  AUG 2020

52.212-4  Contract Terms and Conditions--Commercial Products and Commercial Services  DEC 2022

52.219-33  Nonmanufacturer Rule  SEP 2021

52.222-19 (Dev)  Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)  DEC 2022

52.232-39  Unenforceability of Unauthorized Obligations  JUN 2013

52.233-3  Protest After Award  AUG 1996

52.233-4  Applicable Law for Breach of Contract Claim  OCT 2004

52.247-34  F.O.B. Destination  NOV 1991

52.253-1  Computer Generated Forms  JAN 1991

252.203-7000  Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.204-7003  Control Of Government Personnel Work Product  APR 1992

252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support  JAN 2023

252.204-7016  Covered Defense Telecommunications Equipment or Services -- Representation DEC 2019

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation MAY 2021

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023

252.204-7019  Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022

252.204-7020  NIST SP 800-171 DoD Assessment Requirements JAN 2023

252.232-7010  Levies on Contract Payments DEC 2006

252.244-7000  Subcontracts for Commercial Products or Commercial Services JAN 2023

CLAUSES INCORPORATED BY FULL TEXT:

52.204-21  Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)   

52.212-1      INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 

NOTE: All questions and clarification regarding this solicitation must be submitted via email; subject line to read:

Question/Clarification for W912EP24Q0018. The deadline date/time for questions and clarifications is no later than 24 July @ 1200 P.M hrs EST. All questions or clarifications shall be compiled into one (1) email. The deadline date will allow the Government adequate time to prepare and issue responses to all offerors prior to the date and time set forth for receipt of proposal. All questions/clarifications shall be emailed to kelly.l.koger@usace.army.mil   and cc’d Gerald.garvey@usace.army.mil

ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS

52.212-2     EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

ADDENDUM TO 52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2021)

52.212-3     OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024)

52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024)

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/these address(es):

The full text of FAR Provisions can be found at https://www.acquisition.gov

The full text of DFARS Provisions can be found at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of provision)

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):

The full text of FAR Provisions can be found at https://www.acquisition.gov 

The full text of DFARS Provisions can be found at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of clause)

52.252-5     AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)

52.252-6     AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)

252.211-7003  ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)

SPECIAL INSTRUCTIONS

The unit POC or COR listed in the contract is responsible for ensuring a receiving report is submitted to the Defense Finance and Accounting Services (DFAS) center within five (5) calendar days after receipt and acceptance of goods and/or services. Ensure date(s) listed are the actual date(s) good were received and/or services were provided.

Receiving Activity and POC Information: Contracting Officer Representative (COR) for this order is:

Dylan Tinsley Email: dylan.w.tinsley@usace.army.mil 

The Contracting Officer for this order is: Gerald Garvey Email: Gerald.L.Garvey@usace.army.mil

The Contracting Specialist for this order: Kelly Koger Email: Kelly.l.koger@usace.army.mil

Contact Information

Primary Point of Contact

Secondary Point of Contact

History