Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2010 FBO #3165
SOLICITATION NOTICE

43 -- ATLAS COPCO ELEMENT KITS

Notice Date
7/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - PN - Grand Coulee Power Office PO Box 620 Grand Coulee WA 99133
 
ZIP Code
99133
 
Solicitation Number
R10PS17333
 
Response Due
8/23/2010
 
Archive Date
7/23/2011
 
Point of Contact
Peter Erie - Fax 509-633-9175 Purchasing Agent 5096339230 perie@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
COMBINED SYNOPSIS/SOLICITATIONATLAS COPCO ELEMENT KITSGrand Coulee, Washington Solicitation R10PS17333[Issued as Request for Quotation (RFQ)] U S Bureau of ReclamationGrand Coulee Power OfficeP O Box 620 - Code 7810Grand Coulee WA 99133 For questions please contact Peter A. Erie, Purchasing Agent, 509-633-9230, or email to perie@usbr.gov, or send a fax to 509-633-9175. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FEDERAL ACQUISITION REGULATION (FAR) Subpart 12.6 as supplemented with additional information. This announcement constitutes the only solicitation; quotes are being requested on the product, and a written solicitation will not be issued. The Government anticipates a brand name sole source award for Atlas Copco Replacement Element Kits. The solicitation number is R10PS17333 and is issued as a Request for Quotation (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. This acquisition is a Small Business Aside. The applicable North American industrial Classification System (NAICS) Code is 333912, and the size standard is 500 employees. Quotes are due on August 23, 2010, 4:00 PM, PST at the address above. The offeror must electronically complete annual representations and certifications via the ORCA website at http://orca.bpn.gov prior to award. The Government anticipates an award of a firm-fixed price purchase order resulting from this RFQ on or about August 25, 2010. To take advantage of business opportunities with the Bureau of Reclamation (BOR) and Department of Interior (DOI) you must register your firm with Central Contractor Registration (CCR) at www.ccr.gov. These products will be purchased in accordance with FAR Part 13, Subpart 13.5-"Test Program for Certain Commercial Items." Simplified Acquisitions Procedures apply. One or more of the items under this acquisition is subject to Free Trade Agreements. All parts must be new and individually packaged. All parts must be packed, shipped, and received together, in the form of complete part kits. Machined parts (such as bearings) must have oil coating, to prevent corrosion. O-rings must be wrapped to exclude ozone contamination and moisture damage. Bearings must be in their own boxes, to prevent shipping damages. CLIN 0001: The Bureau of Reclamation has a requirement for Replacement Compressor Screw Set (Element) Kits, for Atlas-Copco Model GA315W-125 compressor, to include the following:Complete and assembled compressor element consisting of:A housing/case:The exterior and interior non-machined surfaces must be painted.The housing/case must have an adapter plate on the input end that fits the existing gearbox, and machined to hold two of the bearings. There must be 2 gaskets (0653 1124 00) and an O-ring (0663 7131 00) between the housing and adapter plate, 2 rotors/screws - one male and one female rotor - these must be a matched set, 2 roller bearings (0508 2115 01),2 roller bearings (1079 5081 05),2 bearing retainers. The retainers are held in place by cap screws, 2 sets of wave springs (1616 5380 00),2 bearing retaining washers and 2 spacers (1616 5603 70),Each retaining washer is held in place by 3 socket head cap screws (0211 1407 00),Rotors and bearings shimmed as needed in order to achieve factory-new clearances, 2 O-ring seals for the bearing/rotor assemblies (0663 7154 00), Element mount kit (2609 0589 00) consisting of: 3 cap screw, driven gear (0211 1409 00),1 key, driven gear (0337 6074 00),3 O-ring, nozzle (0663 2109 73),1 O-ring, oil stop valve (0663 2106 15), 1 O-ring, check valve (0663 2106 20),1 O-ring, oil stop valve (0663 2108 12),2 O-ring, inlet valve (0663 2109 71),1 gasket, element housing to gear case (1616 5551 01) Manufacturer: Atlas Copco Part Number 1616 7256 91 - 4 Kits CLIN 0002: Gear Box Overhaul Kits, minor parts rebuild kit, for Atlas-Copco Model GA315W-125 Compressor, to include the following: Gear Box overhaul kit:10 cap screws (0211 1407 00),1 bearing (0506 0100 08),1 bearing (0506 2109 00),1 O-ring (0663 2108 28),1 O-ring (0663 2107 76),1 seal ring (1614 9506 00), 1 bushing (1616 5519 00) Manufacturer: Atlas Copco Part Number 2906 0590 00 - 2 Kits CLIN 0003: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor, Manufacturer: Atlas-Copco Part No. 0574 8841 53 - 1 each CLIN 0004: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 0574 8236 3 - 1 each CLIN 0005: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 0574 8235 41 - 1 each CLIN 0006: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 0574 8235 30 - 1 each CLIN 0007: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 0574 8231 31 - 1 each CLIN 0008: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 0574 0361 18 - 1 each CLIN 0009: Regulating system hose assembly, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 0575 0121 47 - 1 each CLIN 0010: Air inlet system oil stop valve, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Arlas-Copco Part No. 2255 2751 00 - 1 each CLIN 0011: Scavenge Line, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 1614 9525 00 - 1 each CLIN 0012: Piston Aluminum, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 1621 4952 00 - 1 each CLIN 0013: MPV Kit, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 2906 0870 00 - 1 each CLIN 0014: Coupler woods rubber, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 1614 8739 00 - 1 each CLIN 0015: Temp sensor pt 1000, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 1089 0574 70 - 1 each CLIN 0016: Transducer P165-5300, for Atlas-Copco Model GA315W-125 compressor: Manufacturer: Atlas-Copco Part No. 1089 9625 33 - 1 each CLIN 0017: Service kit oil coolers (rebuild kit), for Atlas-Copco Oil Cooler Part No. 1621 4935 08: Manufacturer: Atlas-Copco Part No. 2906 0877 00 - 3 each CLIN 0018: Rebuild kit after oil coolers, for Atlas-Copco Oil Cooler Part No. 1621 4935 08: Manufacturer: Atlas-Copco Part No. 2906 0879 00 - 3 each CLIN 0019: Cooler head casting, for Atlas-Copco Oil Cooler Part No. 1621 4935 08: Manufacturer: Atlas-Copco Part No. 1621 4884 00 - 3 each These products will be delivered to Warehouse B - Door 6 - Industrial Area, Grand Coulee, Washington 99133. One copy of the quote can be faxed to 509-633-9175, Attn: Peter Erie, or e-mailed to perie@usbr.gov. Include delivery time with bid. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)(must be registered at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and conditions-Commercial Items (June 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010), paragraph b is tailored to incorporate the following clauses: 52.219-6, Notice to Total Small Business Set-Side (June 2003); 52.222-3, Convict Labor (Jun 2003); 52-222-19, Child Labor-Cooperation with Authorities an Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sept 2006); 52.225-1, Buy American Act (Feb 2009); 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR clauses are available in full text at http://www.amet.gov/far. The following are additional clauses that are applicable to this synopsis in full text: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contracting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). 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: Price, delivery, and technically acceptable. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http://www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office an administered by the Naval Sea Logistic Center Detachment Portsmouth (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. FAR 52.214-22 Evaluation of Bids for Multiple Awards (Mar 1990) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, the $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. 52.225-1 BUY AMERICAN ACT-SUPPLIES (FEB 2009) (a) Definitions. As used in this clause- "Commercially available off-the-shelf (COTS) item"- (1) Means any item of supply (including construction material) that is- (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App 1702) such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into an end product. "Cost of components" means- (3) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (4) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if- (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. "Foreign end product" means an end product other than a domestic end product. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for an end product that is a COTS item (Sea 12.505(a)(1)). (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled "Buy American Act Certificate." 52.225-2 Buy American Act Certificate (Feb 2009) (A) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "Domestic End Product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act - Supplies." (b) Foreign End Products:LINE ITEM NO. COUNTRY OF ORIGIN ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. FAR 52-247-34 F.O.B. Destination (Nov 1991) (a) The term "f.o.b. destination," as used in this clause, means-- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's what (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges by an act or order of the Government acting on its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1)(i) Pack and Mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. FAR 52.249-01 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) The Contracting Officer, by written notice, may terminate this contract, in which or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligation of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Regulation in effect on the date of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c6ba17a5318e9ea5e53584b132159e4)
 
Record
SN02215729-W 20100725/100723234941-6c6ba17a5318e9ea5e53584b132159e4 (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.