Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
SOLICITATION NOTICE

35 -- OILFIELD EQUIPMENT

Notice Date
11/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
213112 — Support Activities for Oil and Gas Operations
 
Contracting Office
Naval Petroleum and Oil (Shale)U.S. Department of EnergyNaval Petroleum and OilShale Reserves907 N Poplar, Suite 150CasperWY82601
 
ZIP Code
82601
 
Solicitation Number
DE-SOL-0002493
 
Response Due
11/30/2010
 
Archive Date
12/30/2010
 
Point of Contact
Kron,Gina 307-233-4818 gina.kron@rmotc.doe.gov
 
E-Mail Address
Kron,Gina
(gina.kron@rmotc.doe.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 FAR 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. Responses shall reference solicitation number DE-SOL-0002493 is issued as a request for quotation (RFQ). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This acquisition is set aside for small business. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone business. The North American Industry Classification System (NAICS) Codes for this acquisition, is 213112, Support Activities for Oil and Gas Operations. The resulting contract will be Fixed Price Contract. This action is subject to availability of funds. The U.S. Department of Energy/RMOTC intends to purchase the following items in support of oil drilling operations and testing, located at the DOE/RMOTC facility in Midwest, WY. Drill Bits 3"4 1/2"6 1/4"7 7/8"8 1/2"8 3/4"12 1/4" PDC Roller Cone Valve 2"4"6"8" Ball 50 - 5000 psi Gate - 50 - 5000 psi Butterfly - 50 - 5000 psi Submersible Pump75 to 350 hp4" to 6 1/2" Electrical Panels100 amp, 200 amp with 4-20 breakers or fuses SaltNaCl - 10,000 lbs to 30,000 lbs KCl - 10,000 lbs. to 30,000 lbs. Rotating Heads7" to 16 3/4"500 to 5000 psi Power Swivels25 to 100 ton10,000 to 44,000 ft lbs Spools7" to 16 3/4" Drilling mudKCl polymer drilling mud with Corrosion Protection600 barrels to 1000 barrels CementThixotropic Light Class G 1- 4 plugs 50' - 300' in lengthAlso cement casing 4" to 20", from 100' to 2000' long Bridge Plug3 1/2" to 20" Casing4 1/2" to 20" Septic Tank1800 gallons Water Tank4200 gallons Cast Iron Retainers9 5/8" Please Note: Before the contract is awarded to the offeror, offeror must be registered on the Central Contractor Registration website: http://www.ccr.gov and on Fedconnect.net website: http://www.fedconnect.net The offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (March 2005) with the proposal or note that offeror is registered on the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Please provide your best delivery schedule, unit pricing (FOB Destination) and minimum rental periods with offer(s). Delivery Location: U.S. Department of Energy/RMOTC, Midwest, Wyoming, 82643. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies as do the following clauses under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; 52.222-03, Convict Labor; 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-18 Availability of Funds (Apr 1984); 52.214-16 Minimum Bid Acceptance Period. (Apr 1984) (a) ?Acceptance period,? as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. (b) This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this solicitation. (c) The Government requires a minimum acceptance period of ___365_____ calendar days (d) In the space provided immediately below, bidders may specify a longer acceptance period than the Government?s minimum requirement. The bidder allows the following acceptance period: __________ calendar days. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: WORKER SAFETY AND HEALTH PROGRAM IN ACCORDANCE WITH 10 CFR 851 (JAN 2008) The Contractor, or a subcontractor at any tier, shall comply with the requirements of 10 CFR 851, Worker Safety and Health Program. 10 CFR 851 is incorporated into the contract by reference. The contractor shall implement and maintain a written Worker and Safety Health Program that provides the methods of implementing the requirements of Subpart C of 10 CFR 851 (or Part 851 or ?851). This plan needs to be provided with the proposal in order to be approved prior to award. The full clause can be found at attachment 3 to this solicitation. Additionally 10 CFR 851 can be found at http://ecfr.gpoaccess.gov/cgi/t/text/text-idxc=ecfr&tpl=/ecfrbrowse/Title10/10cfr851_main_02.tpl. LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via Fedconnect, available at http://www.fedconnect.net. It is the offeror?s responsibility to monitor the site for the release of amendments (if any) and to verify successful transmission prior to quote due date and time. If submitting through the Fedconnect web site http://www.fedconnect.net offers must be received NO LATER THAN 2:00 PM MT on November 30, 2010. Other than Fedconnect submissions must be received by the same time. All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist, Gina Kron at 307 233-4818 (gina.kron@rmotc.doe.gov) or Joe Kirkland at 307-233-4811 (joe.kirkland@rmotc.doe.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0002493/listing.html)
 
Record
SN02320503-W 20101104/101102233837-45dc46ed964ce963e82e131c12fccde9 (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.