DOCUMENT
K -- Unstabilized Sludge Storage Tank (USST) Replacement of Three (3) Sludge Mixing 125 HP Pumps and Electric Motors With 75 HP Pumps, Electric Motors & Variable Frequency Drives - Service Contract Act Wage Rate - Performance Work Statement
- Notice Date
- 9/4/2008
- Notice Type
- Performance Work Statement
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902
- ZIP Code
- 79902
- Solicitation Number
- IBM08R0003
- Point of Contact
- Colleen J. Elliott,, Phone: (915) 832-4714, Patricia R. Singer,, Phone: (915) 832-4709
- E-Mail Address
-
colleenelliott@ibwc.gov, pssinger@ibwc.gov
- Small Business Set-Aside
- N/A
- Description
- (i) 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. (ii) Solicitation IBM08R0003 is being issued in a Request for Proposals (RFP) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) IBM08R0003 is based upon unrestricted competition - offers will be accepted from all responsible sources. The North American Industrial Classification System (NAICS) code is 333996 for fluid power pump and motor manufacturing, with a corresponding small business size standard of 500 employees. All offerors must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) Contract Line Item Number (CLIN): CLIN 001: Three (3) each Discflo model 1008-2-2HHD horizontal end -suction back pull-out Disc pumps or equal. Wet end materials shall be in Maxalloy 700 construction. CLIN 002: Three (3) Electric Motors, GE Ultra 75-HP, 1800-RPM, TEFC, 460-volt, 3-Phase, 60-Hz electrical motor or equal. CLIN 003: Three (3) Variable Frequency Drives (VFD), Reliance GV3000 75HP, 460 VAC, Super Remote Interfaces, Remote Keypad, 3-Phase Fuses (75HP@460VAC 150 Amps), Interface Cable and Nema 1 force Vent Positive Pressure Cabinet or equal VFD. CLIN 004: On-site replacement, including removal, installation, testing, and startup, one (1) job, lump sum. Unit Price/Each Piece of Equipment and Total Cost, as well as Equipment Manufacturers and Model Numbers are to be provided in proposals responding to this solicitation. Description literature for CLIN 001, CLIN 002 and CLIN 003 demonstrating compliance with salient characteristics is required for all products, including those of the ‘sole source' or ‘brand name.' (vi) SPECIFICATIONS: The Contractor shall provide all labor, equipments, materials, appurtenances, specialty items, services and all required work to replace the existing three Unstabilized Sludge Storage Tank (USST) 125 HP mixing pumps and motors with new 75 HP pumps and motors with Variable Frequency Drives (VFD) in accordance with the attached performance work statement (PWS). The new pumps shall be Horizontal End-Suction back pull-out disc pumps, 10-inch suction and 8-inch discharge, with Capacity: 1500.0 GPM (US), Total Dynamic Head: 40.0 ft., Pumpage: Wastewater. The new pumps shall have non-impingement pumping action, with minimal contact between pump and fluid (non-contact pumping mechanism). DiscFlo Model 1008-2-2HHD Pump Salient Characteristics: The pumps shall provide external recirculation mixing of the combined primary sludge and primary skimmings of the Unstabilized Storage Tanks. The Mixing pumps to meet or exceed requirements: Total Dynamic Head: 40.0 ft., 75 HP, Horizontal End -Suction back pull-out disc, 10-inch Suction and 8-inch discharge, Capacity: 1500.0 GPM (US), Wet end materials in Maxalloy 700 construction and Non-impingement pumping action, with minimal contact between pump and fluid (non-contact mechanism). GE Ultra Electric Motor Salient Characteristics: 75 HP, 1800-RPM, TEFC, 460-volt, 3-phase, 60-Hz, Cast iron construction, totally enclosed non-ventilated or totally enclosed fan-cooled construction for sewer environment. Reliance GV3000 Variable Frequency Drives (VFDs) Salient Characteristics: 75 HP, 460 VAC 150 Amps, 3-phase Fuses, Super remote interfaces, Remote key board, Interface cable, and Nema 1 force vent positive pressure cabinet. The justification for other than full and open competition (J&A) Authority Cited: The statutory authority permitting other than full and open competition is 41 U.S.C. 253(c)(1), as implemented by FAR 6.302.-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Reason for Authority Cited: Pumps - Discflo model 1008-2-2HHD horizontal end -suction back pull-out Disc pumps are the only pump on the market that provides non-impingement pumping action, with minimal contact between pump and fluid (non-contact mechanism). Motors - Powered by a GE Ultra 75-HP, 1800-RPM, TEFC, 460-volt, 3-Phase, 60-Hz electrical motor or equal. Pumps shall be operated by Variable Frequency Drives (VFD), Reliance GV3000 75 HP, 460 VAC, Super Remote Interfaces, Remote Keypad, 3Phase Fuses (75 HP @ 460 VAC 150 Amps), Interface Cable and Nema 1 force Vent Positive Pressure Cabinet or equal VFD. Efforts to Obtain Competition: Intent publicized in FedBizOpps within the combined synopsis/solicitation for commercial item and associated installation services on-site. Actions to Increase Competition: Salient characteristics will be provided for potential brand name or equal responses. Solicitation evaluation will be based upon lowest-price technically acceptable offer. Market Survey: Research conducted on-line through catalog searches of manufacturers and suppliers with only the identified manufacturer clearly meeting the salient characteristics. There were a very limited number of additional manufacturers that were located; however, it was unclear as to whether, or not their product met all required salient characteristics. Other Factors: The sludge handling pumps have been problematic since the startup of the plant due to the fine silt present in the influent. This silt causes excessive wear, greatly shortening the life of the packing piston. The proposed Discflo pumps offer the potentially best solution. These types of pumps have non-impingement pumping action with minimal contact between pump and fluid (non-contact pumping mechanism). Disc flow pumps also eliminate the need for constant rebuilding of the pumps saving on money, man power and down time. The maintenance for the pumps would be minimized to routine inspection and cleaning. END OF SPECIFICATIONS. (vii) Delivery of the equipment and installation shall be F.O.B Destination to the South Bay International Wastewater Treatment Plant (SBIWTP), 2995 Clearwater Way, San Diego, CA 92154, as directed by the Contracting Officer's Representative (COR). The contract will have a performance period from contract award through 90 calendar days later. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). ADDENDA FOR 52.212-01: Elaboration of the paragraphs of the clause is as follows: (b) Submission of offers is expanded to include acceptance of facsimile proposals as referenced in the provision incorporated by reference, 52.215-05 Facsimile Proposals (Oct 1997). (h) Multiple awards: Only one award will be made in accordance with the award evaluation procedures. (k) It is emphasized that offerors must be registered in Central Contractor Registration (CCR). (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: (1) Technical capability of the item offered to meet the Government requirement; and (2) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The USIBWC will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of offerors past performance, and/or references obtained from any other source. Offerors shall provide a list of five past contracts/projects completed within the last three years, which they consider similar in nature (include contract amount, title, point of contact, firm name, address, telephone and e-mail address). (x) Offerors shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Paragraph (i)(1) Listed End Products of the clause has been filled-in with None Applicable. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA FOR 52.212-4: Elaboration of the paragraphs of the clause is as follows: (e) Definitions - Contracting Officer: Contracting Officer means a person with the authority to enter into, administer and/or terminate contracts and make related determinations and findings. The terms include certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. The Contracting Officer for this contract is: Colleen Jaye Elliott, USIBWC Acquisitions Division, 4171 North Mesa, Suite C-100, El Paso, TX 79902-1441, telephone 915-832-4714, fax 915-832-4192, & e-mail: colleenelliott@ibwc.state.gov. (e) Definitions - Contracting Officer Authority: In no event shall any understanding or agreement between the Contractor and any Government employee, other than those made by the Contracting Officer, on any contract, modification, delivery order, letter or verbal direction to the Contractor, be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by the Contracting Officer. The Contractor is hereby put on notice that in the event of a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of work to be performed; it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation. Contracting Officer's Technical Representative: The Contracting Officer shall designate an individual to act as the Contracting Officer's Representative (COR) during the term of the resultant contract. The Contracting Officer's Representative will represent the Contracting Officer in the technical phases of the work and will act in a liaison capacity to coordinate activities between the Contractor and the Government as required by this contract. A COR is NOT a Contracting Officer and DOES NOT have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract, or to direct the accomplishments of effort which goes beyond the scope of the statement of work in the contract. (f) Excusable Delays - Notification to the Government of Delays: In the event the Contractor encounters difficulty in meeting performance requirements, or when he anticipates difficulty in complying with the contract delivery schedule or dates, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance o this contract, the Contractor shall immediately notify the Contracting Officer and the COR, in writing, giving pertinent details; provided, however, that this data shall not be construed as a waiver by the Government of any delivery schedule or dates of any rights or remedies provided by law or under the contract. (i) Payments: Payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52/219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.223-15, 52.232-33, 52.239-1, 52.247-64, 52.222-41, 52.222-42, and 52.222-44. (xiii) The following fill-in is for the clauses as cited under 52.212-5. 52.223-9: Replacement rates of coal fly ash for cement in the production of blended cement generally do not exceed 20-30 percent, although coal fly ash blended cements may range from 0-40 percent coal fly ash by weight, according to ASTM C 595, for cement Types IP and I(PM). Fifteen percent is a more accepted rate when coal fly ash is used as a partial cement replacement as an admixture in concrete. 52.223-15: Replacement electric motors must meet nominal efficiencies for 75 HP, 1800 rpm open drip-proof (ODP) motors at 95.0 and totally enclosed fan-cooled (TEFC) motors at 95.4. Please note: All contractors who routinely enter a Federally-controlled facility must comply with Federal Acquisition Regulation (FAR) clause 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007). This will require a basic background investigation of contractor employees in order to be issued a personal identity verification card, which will be required to enter a Federally-controlled facility. Wage Determination No. 2005-2057, Revision 7, dated May 29, 2008 applies to this solicitation/contract. (xiv) This solicitation is not a Defense Priorities and Allocations System (DPAS) Rated Order. (xvi) Proposals are due to the USIBWC, Acquisitions Division, 4171 N Mesa, Suite C-100, El Paso, TX 79902-1441 by 2:00 p.m. MDST on September 22, 2008. Offerors may submit quotes by mail or facsimile transmission to the attention of Colleen Elliott. The fax number is 915-832-4192. Proposals are to include a completed FAR Clause 52.212-3 and be signed and dated by an offeror's authorized representative. Incorporate this RFP Number IBM08F0003 into the proposal either by reference or by direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Colleen Elliott at telephone number (915) 832-4714.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5abea2ecd4d3154cde6307f9b7848fc4&tab=core&_cview=1)
- Document(s)
- Performance Work Statement
- File Name: US Department of Labor Wage Determinaton No. 2005-2057, Revision 7, dated 05/29/08, is (05-2057.txt)
- Link: https://www.fbo.gov//utils/view?id=947f64f8fb6298c303e7fa447578ed6e
- Bytes: 39.68 Kb
- File Name: Performance Work Satement - Scope of Work (Performance Work Statement.doc)
- Link: https://www.fbo.gov//utils/view?id=909921445d43702a1aedc3c3720843e4
- Bytes: 55.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: US Department of Labor Wage Determinaton No. 2005-2057, Revision 7, dated 05/29/08, is (05-2057.txt)
- Place of Performance
- Address: On-Site Work to be performed at USBIWC Southbay International Wastewater Treatment Plant (SBIWTP) USSTs located at 2995 Clearwater Way, San Diego, California, 92154, United States
- Zip Code: 92154
- Zip Code: 92154
- Record
- SN01659521-W 20080906/080904221311-7f5e76c3ab31b94772b621cbbefe72bb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |