Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

46 -- Double Check Valve Back Flow Prevention Assemblies

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office Attn: Veronica Rodriguez --7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R10PS34046
 
Archive Date
2/10/2011
 
Point of Contact
Veronica Rodriguez, (928) 343-8266 Purchasing Agent 9283438266 vrodriguez@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. This solicitation, R10PS34046 is been issued as a Request for Quote (RFQ). This procurement is 100% set-aside for small businesses; however, large businesses are encouraged to quote in the event that small businesses are rendered as non-compliant. The associated North American Industrial Code System code for this solicitation is 332911 and the small business size standard is 500 employees. Quotations shall include, proposed delivery in days, pricing for items with shipping included in unit price, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Bid Schedule The Contractor shall furnish the following: CLIN 0001- Qty: 2. - 2-inch double check valve assembly, shall meet AWWA Standard CS510-07 for "Double Check Valve Backflow prevention" and as per the specification identified below. Watts Series 774 or equal. Offerors proposing to furnish and "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product: Product Name:Manufacturer's Name:Address:Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. CLIN 0002-Qty: 1 - 6-inch double check valve assembly shall meet AWWA Standard CS510-07 for "Double Check Valve Backflow prevention" and as per the specification identified below. Watts Series 774 or equal. Offerors proposing to furnish and "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product: Product Name:Manufacturer's Name:Address:Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. CLIN 0003- Qty: 1 - 8-inch double check valve assembly shall meet AWWA Standard CS510-07 for "Double Check Valve Backflow prevention" and as per the specification identified below. Watts Series 774 or equal. Offerors proposing to furnish and "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product: Product Name:Manufacturer's Name:Address:Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. CLIN 0004 - Qty: 1 - 2-inch double check valve assembly spare parts kit for CLIN 0001Offerors proposing to furnish and "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product: Product Name:Manufacturer's Name:Address:Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. CLIN 0005 - Qty: 1 - 6-inch double check valve assembly spare parts kit for item CLIN 0002 Offerors proposing to furnish and "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product: Product Name:Manufacturer's Name:Address:Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. CLIN 0006 -Qty: 1 - 8-inch double check valve assembly spare parts kit for item CLIN 0003Offerors proposing to furnish and "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product: Product Name:Manufacturer's Name:Address:Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. Salient Characteristics: Series 774 Double Check Valve Assemblies prevent the backflow of polluted water from entering into the potable water supply. It consists of a compact construction and short lay length, ideal for retrofit installations. It features a lightweight stainless steel body and low head loss. Series 774 is ideal in applications identified by local authorities as non-health hazard. Maximum Working Pressure: 175psi (12.06 bar).Offerors shall submit their quotation per specifications below. SPECIFICATIONS: 1.0Scope This specification covers the requirements for four (4) double Check Valve Back Flow Preventor Assemblies to include recommended spare parts kit, to prevent the unwanted reversal of polluted water into the potable water supply at the Yuma Desalting Plant (YDP) and Water Quality Improvement Center (WQIC). 2.0General Requirements The following requirements are the responsibility of the contractor. Any costs related to these specifications shall be included in the offer price: - The Double Check Valve Assembly, shall meet AWWA Standard CS510-07 for "Double Check Valve Backflow prevention; - The Double Check Valve Assembly shall be installed in horizontal or vertical "flow up" position, with compact construction that allows for installations in smaller vaults and enclosures, to prevent the unwanted reversal of polluted water into the potable water supply; -The Double Check Valve Assembly shall be approved by the State of Arizona and City of Yuma, Arizona having jurisdiction, on non-health hazard installations and certified testing; -The Double Check Valve Assembly shall be flange dimension in accordance with AWWA Class D with a minimum operation pressure of 150 psig; - The main valve body shall be manufactured from a minimum of 300 series stainless steel to provide corrosion resistance. The check valves shall be stainless steel or thermoplastic construction, however hinge pins, cam arm, and cam bearings shall be stainless steel. There shall be no brass or bronze parts used within the check valve assembly. - The check valves shall utilize a single torsion spring design to minimize pressure drop through the assembly. - The check valves shall be modular and shall seal to the main valve body by the use of O-rings. - As a minimum, the valve cover shall be held in place through the use of a single grooved style two-bolt coupling. - The main assembly shall consist of a minimum of two independently operating torsion spring check assemblies, two resilient seated Isolation valves, and four ball valve type test cocks. 3.0Authorized Dealer/Service Facility Offeror must be a manufacturer's certified authorized dealer/distributer. The offeror shall provide a copy of certification as an authorized dealer from the manufacturer (on manufacturer's letterhead) as part of their submittal. Failure to provide certification with the submittal shall result in rejection of offeror's offer. 4.0Warranty - The successful offeror shall provide warranty for a minimum of one (1) year from start-up on all parts and labor which will guarantee that all equipment and materials furnished under this offer will meet all contract requirements and is free of defects in equipment, material, or workmanship, and is fit for its intended purpose. -During the warranty period, if any parts or components fail or are defective, vendor shall repair or replace defective or unsatisfactory parts and equipment. Defective parts and complex assemblies are to be replaced free of charge. 5.0Delivery -Delivery shall be F.O.B. destination; All items shall be delivered as soon as possible, no later than 45 days after award - All standard operator's and maintenance manuals must be included with delivery; - The contractor shall ensure the Double Check Valve Assemblies are provided as a complete assembly, delivered to the YDP at: Yuma Area OfficeYuma Desalting Plant7301 Calle Agua SaladaYuma, AZ 85364 - Delivery shall be accomplished during normal business hours, Monday through Friday from 7:30 a.m. to 4:00 p.m. excluding federal holidays. 6.0Submission and Evaluation of Quotes: To assure timely and equitable evaluation of quotes, offerors shall follow the instructions contained herein. Offers must be sent to the primary point of contact email address or fax no later than the date and time identified within this notice. The offer must complete, self-sufficient and respond directly to the requirements of this RFQ. The responses shall consist of three (3) separate parts; Bid Schedule, Technical information, and submittals required by the Statement of Work. Offers will be evaluated using Lowest Priced Technically Acceptable criteria in accordance with FAR 15.101-2 and 52.212-2. 7.0 Submittals One PDF electronic file or two hard copies of the following items shall be submitted by the contractor: - Product literature shall contain sufficient detail in order for the evaluator to understand the offeror's product meets or exceeds the General Requirements (Section 2.0) clearly without having to research data or request clarifications. For example, the offeror shall clearly identify (or highlight) the sections of vendor material that supports the product part number. All optional accessories shall also be clearly identified in sufficient detail to meet the specification; - Written certification shall be furnished with the offer documents that state the Double Check Valve Assemblies meet AWWA Standard CS510-07 for Double Check Valve Backflow prevention; - Written certification stating the Offeror is a manufacturer's certified authorized dealer/distributor; - Written certification shall be furnished with the offer documents that the product is approved by the State of Arizona and City of Yuma for installations and certified testing as stated in the general requirements; - A copy of the warranty policy for the instrument must be furnished with the offer; and - The offeror shall provide the lead time for onsite delivery. Submittals shall be sent to:Yuma Area OfficeAttention: YAO-3100, V.Rodriguez7301 Calle Agua SaladaYuma, AZ 85364 Vendors are reminded that effective October 1, 2003, prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or CAGE Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-38. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://www.acquisition.gov/far/index.html; for Department of Interior Acquisition Regulations (DIAR) access http://www.usbr.gov/mso/aamd/resources.html. The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009), the referenced clauses: (1)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ;(2) 52.219-28, Post Award Small Business Program Representatives (Apr 2009); (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O.13126); (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O.11246); (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); (8) 52.225-1, Buy American Act-Supplies (Feb 2009) (9) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008) (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference; 1452.210-70, Brand Name or Equal - Department of Interior; At a minimum, responsible sources shall provide the following: a price quote on letterhead for each of the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, DUNS Number, and CAGE Code. Any questions with regard to this requirement shall be addressed to the Purchasing Agent identified elsewhere on the solicitation/award document. CONTRACT CLAUSES IN FULL TEXT: FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement. (ii)Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This announcement will close at 4:00 PM, local time, on February 19, 2010. Oral communications are not acceptable in response to this notice. The point of contact is Ms. Veronica Rodriguez, Purchasing Agent who can be reached at 928-343-8266. Offerors shall submit their quotes either via email to vrodriguez@usbr.gov or facsimile, 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ce835a21b9b1cf7b4b08659c2f60c0f)
 
Place of Performance
Address: Yuma, Arizona
Zip Code: 85364
 
Record
SN02062178-W 20100212/100210234428-2ce835a21b9b1cf7b4b08659c2f60c0f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.