Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

45 -- Submersible Grinder Pumps, Control Panel and Related Guide System for Canyon Duplex Lift Station, Yellowstone National Park

Notice Date
8/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
P12PS26365A
 
Response Due
8/27/2012
 
Archive Date
8/14/2013
 
Point of Contact
Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@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. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) P12PS26365A. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-58. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 333911 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on August 27, 2012, at 12:00 PM Mountain Standard Time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone 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 stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered at http://www.sam.gov and we request that you put your Representation and Certification information on the same website or a completed copy of the provision at 52.212-3 (https://www.acquisition.gov/far/index.html) must be submitted with the bid / offer. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Yellowstone National Park requires submersible grinder pumps, control panel and related guide system for the Canyon Duplex Lift Station upgrade (elevation 7850 feet) as follows: Quantity Three (3): 3 HP minimum submersible grinder pump 1)230V, 3 Phase, 60 Hz 3450 RPM; 2)FM rated for Class 1, Group D; 3)Design capacity, 75 GPM at 25 foot head; 4)Shut off head 30 Ft. Pumped liquid sewage, 32 to 50 degree F. Solids handling capacity 2"; 5)Recessed impeller; 6)Discharge 2 1/2" flange; 7)Built in grinder. Grinder impeller and shred ring shall be removable without disassembling pump and shall be mounted below pump volute inlet; 8)Oil filled seal chamber; 9)Tandem seals with carbon and ceramic faces; 10)Leak detection monitoring; 11)Power and control cord, 50 feet, double sealed; 12)Heat sensor on each phase. Quantity Two (2): 12-Foot Pump Rail System 1)Metal to metal pump installation; 2)1-1/2" guide rail sealing flange with rail guide; 3)Upper guide bracket; 4)Intermediate guide rail support; 5)Discharge elbow with base plate; 6)Float mounting bracket. Quantity One (1): Duplex Pump Control Panel with Pump Off, Lead, Lag and High Level Operation 1)NEMA 4X non-metallic enclosure; 2)Lockable clasps; 3)Hinged door with neoprene gasket; 4)Swing dead front panel; Non-fused Main Disconnect Lightening suppressor; 5)Elapsed time meter on panel face; 6)Seal failure light; Lead pump selector switch; 7)15 to 20 second, time delay for lag pump. Pump failure/start. Quantity Five (5): Float with 50-Foot Lead EVALUATION FACTORS: The Government shall 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. Solicitation #:P12PS26365A Quotes due:August 27, 2012, by 12:00 PM Mountain Standard Time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________ Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ *Total price shall include delivery to Mammoth Hot Springs, Wyoming 82190 Line Item 0001: 3 HP minimum submersible grinder pump Unit Price: $____________ eachExtended Price for Three (3): $____________ (including delivery) Line Item 0002: 12-Foot Pump Rail System Unit Price: $____________ eachExtended Price for Two (2): $____________ (including delivery) Line Item 0003: Duplex Pump Control Panel with Pump Off, Lead, Lag and High Level Operation Unit Price: $____________ eachExtended Price for One (1): $____________ (including delivery) Line Item 0004:Float with 50-Foot Lead Unit Price: $____________ eachExtended Price for Five (5): $____________ (including delivery) *TOTAL PRICE: $____________ (including delivery) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-58. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - (a) The Government shall 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(s) being offered to meet the Government requirement and (ii) Price. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at http://www.sam.gov or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 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 clause 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, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.233-3, 52.233-4 DOI Local Clause- IPP - Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (September 2011) Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government 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.acce4ss.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. The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS26365A/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Wyoming
Zip Code: 821900168
 
Record
SN02838196-W 20120816/120814235911-a6561d6a3b4ecf39e56424bbd3818199 (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.