SOLICITATION NOTICE
61 -- 61 - Sled Springs Water System
- Notice Date
- 4/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Blue Mountain ZAP, Wallowa-Whitman NF, 1550 Dewey Avenue, Baker City, OR, 97814
- ZIP Code
- 97814
- Solicitation Number
- R6-16-03-39
- Archive Date
- 5/30/2003
- Point of Contact
- Patty Nash, Procurement/Property Technician, Phone (541) 523-1209, Fax (541) 523-1215, - Mark Phillipp, Contract Specialist, Phone (541) 523-1240, Fax (541) 523-1215,
- E-Mail Address
-
pnash@fs.fed.us, mphillipp@fs.fed.us
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number R6-16-03-39 and issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This is a small business set-aside with an associated NAICS code of 335312 and small business size standard of 1,000 employees . Location: This work is located at the Sled Springs Fire Work Center located approximately 15 miles from Enterprise Oregon heading north on Hwy. 3. From Hwy 3 go left on FS Road 3035 for approximately 1 mile. Turn left into the work Center. Scope: A new well was recently drilled. A pump and wiring has been installed to the site of the proposed Generator site. The water system is being updated in regard to the supply and storage. Thus a new water storage tank is to be installed and the old tank (concrete) removed. In addition to the new water storage tank installation, a new PVC waterline (2? dia) is to be installed and connected between the new well and storage tank, also wiring for the float switch. The generator shall be connected to the existing and proposed wiring for well pump power and float switch control, this unit shall work automatically. Another generator shall be supplied and installed to supply power to the compound buildings. This unit shall be connected to existing wiring (DC/AC inverter) that shall be upgraded to NEC code due to the increased power demand. Upon completion of the project all systems will function automatically. There are no utilities or services available for contractors use. 001: Supply and install a 35 kw generator (propane fuel) connected to the existing wiring that leads to the well pump. Generator shall be trailer mounted and have broad range connectability. The controls shall include: a) interface with float switch for auto start. b) delay switch to allow engine warm up before power surge to pump. c) delay switch to allow engine cool down after pump shut down. d) wiring diagrams and labeling. e) use of terminal connectors for manual disconnection. The trailer shall be appropriately load rated for the generator and be equipped to be state legal (i.e. Lights) having a ball hitch 2? or 1 7/8. Location to be staked by Contracting Officer. 002 Supply and install a 35 kw generator (broad range connectability)(propane fuel) adjacent to the existing generator building as staked by Contracting Officer on a shock pad, skid mounted to supply power for the compound facilities. Upgrade existing circuit breakers and electrical boxes to meet standards of the NEC (National Electrical Code) within the existing generator building. Generator shall be connected to the existing inverter and operating system. The generator shall be equipped with a weather-proof cover. 003/004 Supply and install approximately 840 lf. of 2? water line and float switch wiring from the well to the water storage tank. All materials and installation shall meet or exceed NSF (National Sanitation Foundation) and NEC standards. Float switch wiring shall be connected to the existing wiring, waterline shall be connected to the well and 12,000 gallon water tank. Contracting Officer Representative shall stake location. Existing waterline encountered during trenching excavation shall be removed and disposed of, off Government land. 005 Supply and install a 12000 gallon water storage tank in accordance with manufacture recommendations at a location staked by Contracting Officer. Tank shall be NSF approved. Tank shall be equipped with A) 2? NPT service fitting. B) 2? dia (NSF) Flanged & Gusseted Tangential nozzle. C) 4? dia. (NSF) Flanged & Gusseted Horizontal Nozzle. D) 4?dia (NSF) Flanged & Gusseted Tangential Nozzle with Bottom Support. E) anti-Vortex Plate (NSF) for 4? horizontal Nozzle. F) 30? dia manway with blank cover. G) 30?dia x 36? high FRP manway extension with hinged & lockable top. H) FRP (NSF) fixed ladder in tank. I) FRP (NSF) fixed ladder in manway extension. J) Lifting lug (2 lugs required total) (1 extra for tank rotation). K) Hold Down Strap location. Connect to supplied and installed 2?waterline and to the existing waterline at outlet. Remove existing concrete water storage tank and dispose of at location staked by Contracting Officer. 006 Supply and install a float switch in water storage tank, calibrate and test. Float switch shall be calibrated to start pump at 550 to 650 gallon draw down. All mechanical and electrical systems and or large components shall be accompanied with manufacture information data and specifications and a operation and maintenance manual shall be supplied for the systems supplied and installed. All work shall be performed in accordance with State Laws, and in accordance with the NSF and NEC codes. Contractor shall provide all incidental materials, supplies, labor and equipment to provide a complete operating water and electrical system. All locations for installation of supply items shall be marked or staked by the Contracting Officer. Specifications and or Certifications for material and work shall be provided to the Contracting Officer for review and acceptance. Inspection and quality control shall be the contractor?s responsibility. Contractor shall submit inspection and progress reports weekly. Inspection of work by the Contracting Officer does not constitute acceptance and is for the sole benefit of the Government. For the purposes of inspection, all components and systems will be operated or tested by the Contracting Officer in the presence of the contractor to verify the accuracy and efficiency of operation and installation. The supplied and installed materials and equipment will function automatically and provide the service needed for occupancy and operation of the facility. Inspection reports shall be provided, reviewed and concurred with. Equipment shall be tested and operated by Contracting Officer to confirm efficiency and function with regard to Description Of Work In Terms Of Results Or Outcomes. The date for delivery is by June 15, 2003 at Sled Springs, FOB Destination. The provision ?52.212-1, Instructions to Offerors-Commercial?, applies to this acquisition and the following are provided as an addenda to this provision. The offerer must submit information and specifications pertaining to the generators. This information must include as a minimum the (make, model, engine horse power, generator rating) for each generator and the (make, model, type, size, drawing, and installation specifications) for the 12,000 gallon water storage tank. The provision ?52.212-2, Evaluation-Commercial Items?, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Quotes will only be evaluated based upon price and the technical acceptability of the product literature as established in FAR clause 52.212-1. All offerors must provided a completed copy of ?52.212-3, Offeror Representations and Certifications ? Commercial Items?. The provision may be found and printed from www.arnet.gov/far/. FAR Clause ?52.212-4, Contract Terms and Conditions ? Commercial Items? applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) FAR 52.236-13 ACCIDENT PREVENTION (NOV 1991) FAR 52.211-10 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 5 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than June 15, 2003 . Estimated start date is May 19, 2003 . AGAR 452.236-72 USE OF PREMISES (NOV 1996) AGAR 452.236-73 ARCHAEOLOGICAL OR HISTORICAL SITES (FEB 1988) AGAR 452.236-74 CONTROL OF EROSION, SEDIMENTATION, AND POLLUTION (NOV 1996) AGAR 452.236-77 EMERGENCY RESPONSE (NOV 1996) FAR Clause ?52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items? and the following clauses were selected as applicable to the acquisition: (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (12) 52.222-26, Equal Opportunity (E.O. 11246). (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The proposed contract is 100% set aside for small business concerns. The date, time and place offers are due is May 15, 2003 at 4:30 PM (PST). Contact Mark Phillipp for information regarding this solicitation at telephone number (541) 523-1240.
- Place of Performance
- Address: Wallowa-Whitman National Forest, PO Box 907, Baker City, OR
- Zip Code: 97814
- Country: Wallowa
- Zip Code: 97814
- Record
- SN00312270-W 20030427/030425213331 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |