Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

43 -- Submersible Pumps, Yellowstone National Park, WY

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Mammoth Supply Center Bldg 34PO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574111009
 
Response Due
1/19/2011
 
Archive Date
1/6/2012
 
Point of Contact
Sharon A. Skelton Contract Specialist 3073442077 Sharon_skelton@nps.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 the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) N1574111009. The proposed contract is 100% set-aside for small business concerns. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-44 and are available in full text through internet access at http://www.acqnet.gov/far. The North American Industry Classification System (NAICS) code is 333911 and the small business size standard is 500 employees. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. EVALUATION FACTORS for subject contract include the following: (a) Price and (b) Past Performance (Contractor to supply 3 references of past performance within the last 5 year). QUOTES ARE DUE for this combined synopsis/solicitation on January 18, 2011 at 4:30 PM MT and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg. 34, Yellowstone National Park, WY 82190, ATTN: Contracting Office. Faxed quotes are preferred with all required documentation (including 3 past performance references); no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, telephone and fax number, email address if available, and official point of contact. All quotes must be signed by authorized company official and faxed to #307-344-2079 or emailed to Sharon_skelton@nps.gov. All questions regarding this solicitation should be faxed or emailed to Sharon_skelton@nps.gov. Yellowstone National Park requires (3) submersible pumps - 120 GPM at 50ft head, (2) rail systems, (1) duplex pump control panel, (3) submersible pumps - non clog 60 GPM at 12ft head, (2) rail systems, (1) duplex pump control panel and (10) electromechanical float switches. QUOTED PRICE SHALL INCLUDE DELIVERY to the Mammoth Supply Center, Building #34, Yellowstone National Park, WY 82190. FOLLOWING IS A DESCRIPTION OF THE REQUIREMENTS:DELIVERY REQUIRED BY: March 31, 2011. Line Item 0001 3 Each - Submersible Pumps$_______________________ Non Clog - 120 GPM at 50 FT HeadMinimum 2" spere size3" flanged discharge1750 RPM maximum5 HP maximumMotor enclosed submersible, Class 1 Group D DivisionOil filled. Motor Protection, Thermal bimetallic switches each phase,Moisture detection in seal oil chamber. 240 Volt, 3 Phase, 60 Hertz. 50 foot cables. Pumped liquid, Raw wastewater. For duplex lift station, one spare pump. Submit performance curves. Line Item 00022 Each - Rail System$_______________________ Non sparking, cast iron coupling base. Line Item 00031 Each - Duplex Pump Control Panel$_______________________ NEMA 4X non-corrosive. 240 Volt, 3 Phase, Enclosure with lockableClasps, hinged door with neoprene gasket. Dead front door, Main non-fused disconnect. Lightning suppressor. Elasped time meters mounted on back panel front. Time delay for lag pump start. Lead pump selector switch. Pump failure/startPump contact. Alarm light and horn with push to silence on panel exterior. Power failure alarm contact. Anti-condensation heater. Class 1 Group D Division 1 pumps: intrinsically safe floats and relays. Hand-Off-Auto switches. Indicator lights for pump run and float operation. Dry contact for remote Monitoring. Lag pump start/high water alarm contact. Pump off, lead, lag and alarmoperation. Line Item 00043 Each - Submersible Pumps$_______________________ Non clog, 60 GPM at 12 FT of Head. Minimum spere size 2". 3" flanged discharge. 1750 RFP maximum. 5 HP maximum.Motor enclosed submersible Class 1 Group D Division 1. Oil filled. Motor protection, Thermal bi-metallic switches each phase, moisture detection in seal oil chamber. 240 Volt, 3 phase, 60 Hertz. 50 foot cables. Pumped liquid raw wastewater. For duplex lift station,One spare pump. Submit performance curves. Line Item 00052 Each - Rail System$_______________________ Non-sparking, cast iron base Line Item 00061 Each - Duplex Pump Control Panel$_______________________ NEMA 4X non-corrosive. 240 Volt, 3 phase. Enclosure with lockingClasps, hinged door with neoprene gasket. Dead front door. Main non-fuseddisconnect. Elasped time meters mounted on back panel front. Time delay forlag pump start. Lead pump selector switch. Pump failure/start lag pump contact. Alarm light and horn with push to silence on panel exterior. Power failure alarm Contact. Anti-condensation heater. Class 1 group D Division 1 Pumps: IntrinsicallySafe floats and relays. Hand-Off-Auto switches. Indicator lights for pump run andFloat operation. Dry contact for remote monitoring. Lag pump start/high water alarm contact. Pump off, lead, lag and alarm operation. Line Item 0007Electromechanical Float Switch$_______________________ 10 Each - Electromechanical Float Switch Float PVC/polypropolene, 5 Amp at 120 Volt, normally open, 50 foot cord. 2 spares. TOTAL for LINE ITEMS 0001 through 0007$_______________________ Name of Company: ___________________________________ DUNS: _____________________ Company Address: __________________________________________________________________ Company Telephone #: ________________________________ FAX: _____________________ Email Address: _____________________________________________________________________ Offeror's Name: ______________________________________ Date: ______________________ CLAUSES and PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Clause 52.212-1, Instructions to Offerors - Commercial Items Clause 52.212-2 Evaluation - Commercial Items - Evaluation factors include (a) Price; (b) Past Performance. Past performance is a measure of the degree to which the contractor has satisfied it's customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State and Local Agencies; and Private Sector Businesses. Standard of Acceptability: The offeror must receive at least a "Satisfactory" past performance rating. Clause 52.212-3 Offeror Representations and Certifications - Commercial ItemsClause 52.212-4, Contract Terms and Conditions - Commerical Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clauses 52.212-5 are incorporated into this solicitation and subsequent contract: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13 and 52.232-33. Executive Order 13513 - Prohibition on Text Messaging and Using Electronic Equipment supplied by the Government while driving as prescribed in Federal Leadership on Reducing Text Messaging while driving. Executive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.:) http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime,, please adopt and enforce policies that immediately ban text messaging while driving company-owned or rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574111009/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 82190
 
Record
SN02355577-W 20110108/110106234241-4a3a98a50e48e37ce09d6a18d6a69b1e (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.