SOLICITATION NOTICE
47 -- PVC Pipe
- Notice Date
- 8/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- A12PS02120
- Response Due
- 8/17/2012
- Archive Date
- 8/6/2013
- Point of Contact
- Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.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
- The Bureau of Indian Affairs, Northwest Region, Wapato Irrigation Project, has set-aside this requirement for Total Small Businesses to PVC Piping as listed. 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. Solicitation number A12PS02120, is issued as a Request for Proposals (RFP) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a Firm Fixed Price purchase order for the items listed. This requirement is set-aside under NAICS Code 331210, Size Standard of 1,000 Employees. Contractor shall supply and deliver approximately 15,000 feet of 4-inch to 18-inch diameter PVC pipe appurtenances. All materials must be delivered to the Wapato Irrigation Project (WIP), 413 South Camas Ave., Wapato, WA 98951, by September 28, 2012. The following items are requested in your proposal: LI 0001 - 4" IPS PVC Pipe (125LB, 20' LENGTHS) - Qty 3,300 FT - Unit Price: $________ Extended Amt $_______; LI 0002 - 6" IPS PVC Pipe (125LB, 20' LENGTHS) - Qty 1,000 FT - Unit Price: $________ Extended Amt $_______; LI 0003 - 12" IPS PVC Pipe (100LB, 20' LENGTHS) - Qty 5,300 FT - Unit Price: $________ Extended Amt $_______; LI 0004 - 15" IPS PVC Pipe (100LB, 20' LENGTHS) - Qty 1,700 FT - Unit Price: $________ Extended Amt $_______; LI 0005 - 18" IPS PVC Pipe (100LB, 20' LENGTHS) - Qty 3,700 FT - Unit Price: $________ Extended Amt $_______; This specification covers the following quality of Item listed above: PIP PVC Pipe, IPS PVC Pipe, PVC Tees, PVC Reducers, PVC Reducer Bushing, PVC Angles, PVC Flanges, and PVC Adaptors. 1. 12" and smaller PVC pipe and fittings shall be Iron Pipe Size (IPS). 2. 15" and larger PVC pipe and fittings shall be Plastic Irrigation Pipe Size (PIP). 3. Pipe and Fittings - PVC pipe and fittings shall conform to or exceed the requirements of the specifications listed below: A. PIP and IPS - (PVC 1120), No "Burnt Pipe" shall be accepted. B. Standards Materials - ASTM D-1784 C. Product Design - SCS 430 DD, ASTM D-2241, ASTM D-1785, ASTM D-2672 D. Gasket Joint - ASTM D-3139 E. Gasket ASTM F-477; Rieber Gaskets shall be required on all gasket fittings. F. All gaskets shall have Durometer in range of 55-60. G. Gasket Material - SBR, IR, EPDM H. Cell Class - 12454-A or B 4. All PVC pipe to be bid with Rieber gaskets. 5. All rubber gasket pipe and fittings to include gasket and lubricant. Note: 150% of pipe manufacturer's recommended amount of lubricant shall be supplied. Wipe on lubricant must be supplied in gallon containers. 6. All fittings (Diameter of 15" or larger) shall be rated at minimum of 125 psi and (Diameter of 12" or smaller) shall be Schedule 40. Any fitting that can be molded, instead of spliced together, shall be preferred. All fittings shall be delivered as a complete unit. 7. PVC ANGLES: All 8" and smaller angles shall be molded angles. Angles may not have glued in extensions. 8. PVC REDUCERS shall transition gradually and be of the cone style. 9. PVC RDCR BUSH (PVC REDUCERS BUSHING) 10" and smaller shall be the molded bushing type with an external taper (Male x Female). 10. PVC FLANGES shall have free moving collars (VAN Stone Type - Female). 11. PVC ADAPTORS 10" and smaller shall be Gasket x Slip (Female x Female). DELIVERY: ALL items MUST BE delivered by close of business, Friday September 28, 2012. NO EXCEPTIONS Contract completion occurs when materials are delivered and accepted by the WIP. The WIP will provide the Supplier with an acceptance letter the date of which will start the warranty period. At the Supplier's expense, the Supplier shall deliver the goods to the WIP office yard. No nesting of pipe shall be allowed. Goods are to be delivered anytime between the date of contract award and September 28, 2011. Deliveries shall be between 8:00 a.m. and 2:00 p.m., Monday through Friday (excluding holidays). A 24-hour notice shall be required prior to delivery of goods. Notification means making personal contact not just leaving a phone message. All materials must meet AWWA, ASTM, ANSI, NSF and Federal specifications and standards. All materials supplied to the WIP must meet these specifications. INSPECTION: Damaged materials will not be accepted. In the event any of the goods fail to comply with the specifications, at its option, the WIP will require the Supplier to replace the defective or non-conforming goods. If the Supplier fails to replace the non-conforming goods, the WIP may purchase goods to replace the defective or non-conforming goods from another supplier. In the event the WIP purchases replacement goods, the supplier shall refund any money paid to it by the WIP for defective or non-conforming goods. If the replacement goods are more costly than the goods provided by the Supplier, the Supplier shall reimburse the WIP for the difference in cost. WARRANTY: All materials delivered to the WIP will be warranted for a minimum of one year from the date of contract completion or by the manufacture's standard warranty whichever is longer. The Supplier shall be responsible for any damages resulting to the WIP from any non-conforming or defective goods, including any consequential damages. The Supplier shall defend and indemnify the WIP from any claims, damages, litigation, expenses, or costs, including fees, which the WIP may incur because of the defective or non-conforming goods. REQUEST FOR PROPOSALS: The Request for Proposal MUST include: 1) RFP Number, Due Date/Time specified for receipt of proposal, Company Name, Address, Point of Contact, Telephone number, Email Address, and acknowledgement of all solicitation amendments (if applicable); 2) Unit Price and Total amount for all (5) Line Items 3). FAR 52.212-3, Representations and Certifications or printout from System for Award Management (SAM) at https://www.sam.gov/; 4) Proposals shall be submitted in writing, dated and signed by an individual with the authority to bind their respective company. IF AN OFFERORS PROPOSAL DOES NOT CONTAIN ALL OF THE ITEMS LISTED ABOVE, THE PROPOSAL MAY BE CONSIDERED INCOMPLETE FOR EVALUATION PURPOSES AND NO FURTHER CONSIDERATION WILL BE GIVEN TO THE OFFERORS PROPOSAL, THEREBY MAKING AN OFFEROR INELIGIBLE FOR AWARD. AMENDMENT(S): All amendments will be posted as a change to this combined synopsis/solicitation. It is the Contractors responsibility to check the site on a regular basis for updates. The Government will take no responsibility for contractors not viewing any amendment(s). LATE OFFERS: Request for Proposals or modification of proposals received after the exact time specified for receipt of proposals WILL NOT be considered. AWARD: The Government will award to the lowest priced offeror, whose proposal conforms to the requirements herein, is most advantageous to the Government and determined fair and reasonable. To be awarded this contract, the contractor must be registered in the System for Award Management (SAM). SAM information may be found at https://www.sam.gov. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or https://www.acquisition.gov/far/. FAR 52.252-1 Solicitation Provisions incorporated by reference; FAR 52.212-1, Instructions to Offerors-Commercial Items, an addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, along with a DUNS Number; FAR 52.212-4, Contract Terms and Conditions-Commercial Items not including any addenda; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items; The following clauses within 52.212-5(b) are applicable to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33 and 52.233-3. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at https://www.acquisition.gov/far/. PROPOSALS ARE DUE NO LATER THAN 2:00 PM PACIFIC, AUGUST 17, 2012 at the U.S. DOI/Bureau of Indian Affairs, Pacific Region Acquisitions Office, Attn: Jodi R Zachary, 2800 Cottage Way Room W2820, Sacramento, CA 95825. Mailed and emailed quotations are acceptable. Contractors shall confirm proposal was received by closing date and time. Faxed quotations WILL NOT be accepted. Please direct all questions (contractual and technical) in writing to the Contract Specialist, Ms. Jodi R. Zachary, at jodi.zachary@bia.gov. ORAL QUESTIONS OF A TECHNICAL NATURE ARE NOT ACCEPTABLE DUE TO THE POSSIBILITY OF MISUNDERSTANDING OR MISINTERPRETATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02120/listing.html)
- Place of Performance
- Address: Wapato, WA
- Zip Code: 98951
- Zip Code: 98951
- Record
- SN02827812-W 20120808/120806234854-f0eb41ba2d33939b586c59e4468be717 (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 |