Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
SOLICITATION NOTICE

61 -- Solar Well Pumping Equipment

Notice Date
8/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R15PS01327
 
Response Due
8/28/2015
 
Archive Date
9/12/2015
 
Point of Contact
Rodriguez, Diane L
 
Small Business Set-Aside
N/A
 
Description
Request for Quote No. R15PS01327 - Solar Well Pumping Equipment The Bureau of Reclamation (Reclamation), Lower Colorado Region (LCR), Phoenix Area Office (PAXO) located in Phoenix, Arizona has a requirement to purchase a variety of solar well pumping equipment for seven existing tribal stock wells. All costs to supply and deliver the products shall be included with your quote. This requirement is for free on board (FOB) Destination pricing. It is anticipated that one firm fixed-price purchase order will be awarded however, if one vendor is unable to provide all items listed then multiple awards may be made. (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This requirement is being issued as Solicitation No. R15PS01327. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-83. (iv) This requirement is not a set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 3333911 - Pump and Pumping Equipment Manufacturing. The small business size standard for NAICS Code 333911 is 500 employees. (v) Contract Line Item Numbers (CLIN): CLIN 00010: Well 5M-103 - 1 lump sum CLIN 00020: Well 5T-570 - 1 lump sum CLIN 00030: Well 5T-572 - 1 lump sum CLIN 00040: Well 7T-530 - 1 lump sum CLIN 00050: Well 7T-543 - 1 lump sum CLIN 00060: Well 7T-541 - 1 lump sum CLIN 00070: Well 1T-518 - 1 lump sum SEE ATTACHED REQUIREMENT LIST. If you are unable to download the attachment, please contact the contract specialist. *Note - It is anticipated that a single purchase order will be awarded for all of the items on the requirement lists. However, if vendors are unable to provide all of the items listed, vendors are still encouraged to submit a quote with the list of the equipment they are able to provide. If a single award cannot be made for these items, multiple awards may occur. (vi) The Bureau of Reclamation has a requirement for the supply and delivery of Solar Well Pumping Equipment, in accordance with the salient characteristics found on the attached Requirement List. If you are unable to download the attachment, please contact the contract specialist. The following items are required to be submitted with your quote: 1. A detailed list of the proposed items. 2. Product literature and description, such as data specification sheet must be submitted along with your quote to show that you meet the salient characteristics. The quote must address how the product meets the required salient characteristics. *It is important that you submit the product literature that you are proposing, as this is necessary for evaluation. If you do not submit this information, your quote may be considered unacceptable. (vii) Delivery date for this requirement is within 90 days after award date. At least five (5) Days prior to delivery, the contractor shall contact one of the following Reclamation employees to schedule the final inspection and delivery of the items: Doreen Song at (602) 773-6454 or Bradley Prudhom at (602) 773-6454. Failure to notify the individuals prior to delivery will result in non-acceptance of the delivery. Place of delivery, inspection and acceptance is the Luepp Maintenance Yard, Luepp, AZ, 86035. Shipping must be free on board (FOB) Destination) The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR Provision 52.212-2 is not applicable to this RFQ. Determination of award will be based on the lowest price after all required salient characteristics are met, from a responsive and responsible offeror. The contracting officer reserves the right to open discussions if determined to be in the best interest of the government. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post-Award Small Business Program Representative 52.222-3, Convict Labor 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American ¿Free Trade Agreements ¿Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provision- 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) Clauses- 52.203-17, Contractor Employee Wistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿Representation (DEVIATION 2015-02) 52.204-13, System for Award Management Maintenance 52.242-15, Stop ¿Work Order 52.252-06, Authorized Deviations in Clauses Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to Diane Rodriguez at dlrodriguez@usbr.gov no later than Wednesday, August 19, 2015, by 12:00 p.m., PST. All questions and answers will be posted as an amendment on or before August 20, 2015. Offers are due Friday, August 28, 2015 by 2:00 P.M., local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to dlrodriguez@usbr.gov. The subject line should reference the solicitation number. (xvi) The Point of Contact for this solicitation is Ms. Diane Rodriguez and may be reached via e-mail at dlrodriguez@usbr.gov, or by phone at 702-293-8368.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f76aabb7006dca1b6ff93700e61cc2b4)
 
Record
SN03839099-W 20150816/150814234859-f76aabb7006dca1b6ff93700e61cc2b4 (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.