SOLICITATION NOTICE
61 -- Hoover Dam Intake Encoders - Combined Synopsis Solicitation
- Notice Date
- 4/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R16PS00931
- Archive Date
- 5/25/2016
- Point of Contact
- William Johnson, Phone: 702-293-8362
- E-Mail Address
-
wjohnson@usbr.gov
(wjohnson@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation R16PS00931 Combined Synopsis/Solicitation Request for Quote No. R16PS00931 - Hoover Dam Intake Encoders The Bureau of Reclamation (Reclamation), Lower Colorado Dams Office (LCDO) located in Boulder City, Nevada has a requirement to purchase eight (8) Hollow Shaft Optical Encoders and ten (10) LED Digital Meters. It is anticipated that one firm fixed-price purchase order will be awarded. All costs to supply and deliver the products shall be included with your quote. Determination of award will be based on the lowest overall price, responsive quote from a responsible offeror. (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. R16PS00931. 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 2005-86. (iv)This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 334419 - Other Electronic Component Manufacturing. The small business size standard for NAICS Code 334419 is 500 employees. (v)Contract Line Item Numbers: Line Item 00010: Optical Encoders: 8 Each Line Item 00020: LED Digital Meters: 10 Each *Note - It is anticipated that a single purchase order will be awarded for all of the required items. However, if vendors are unable to provide all of the items listed, vendors are still encouraged to still submit a quote with the items it is 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 a contractor to supply and deliver eight (8) Hollow Shaft Optical Encoders, in accordance with the following salient characteristics. 1. The devices must be optical encoders. The encoders use light beams as they pass through holes for a digital output which is more exact. 2. The housing shall be made of stainless steel. 3. The shaft shall have bearings for better life. 4. One rotation of the shaft shall start at 4ma and end at 20ma for one revolution of the shaft. 5. The DC voltage needed is to be at 24VDC. The maximum current consumption is 50mA (max.). 6. The hollow shaft diameter needs to be around 10mm. 7. The area has high humidity, therefore a working unit above 85% is desire able 8. Build in holes for screws for mounting shall be required. 9. In no way shall any wiper type, pot be offered as a substitute. They are cheaper and the accuracy is also less. Example of acceptable products that meets our requirement is the Hohner Automation Ltd. (Part# 0810-062S-0360). The Bureau of Reclamation has a requirement for a contractor to supply and deliver ten (10) LED Digital Meters, in accordance with the following salient characteristics. 1.The meters shall all be of the same manufacturer. 2.A total of 10 meters shall be supplied. 3.The meters shall fit in the existing panel cutouts. A sheet is provided showing the existing cutout. The meters shall be circular to fit in the cutout. 4.The meter shall use a 4/20mA input signal. In our case the 5mA shall be equal to 0 Feet or the shut position. 5.The full open position shall be around 17.5 mA or 11 Feet for Open. 6.The meter shall have buttons located on the front for adjustment of the 4/20 mA signal for the low and high set points, which adjusts the 5mA (0 for full close/shut) and the high set point of 17.5mA (11 feet for full Open). Further clarification: the 5ma to 17.5 ma is being used for the meter readout on the nameplate. The meters shall arrive calibrated as such; field calibration by the government can later be done with the front push buttons. 7.No internal relays are required for set points. 8.The main power source shall be 115VAC. 9.An Auxiliary Transducer Power Supply shall be built internally into the meter which supplies 24VDC and around 50mA of power. The meter shall be connected to an optical encoder which uses 24VDC as power and uses less than 50mA of power. 10.A minimum of two instructions manuals shall be provided for the meter. 11.The meter shall be capable of using a loop powered 4/20mA signal with the 24VDC power supply source. 12.The faceplate shall be custom, similar to the name plate data sheet provided (Attachment 2). The supplier is responsible to make sure the nameplate meets the government needs. 13.The LED or lights around the meter shall be red in color. 14.The supply power of the meters shall be 115VAC. 15.Four 1/4" studs shall be attached to the meter for panel mounting the meter in an existing enclosure. All nuts and washers shall be provided. 16.A LED digital readout shall be provided on the meter showing the indication in feet from 0 for full shut to 11 feet for full open position. Examples of meters which meet the above criteria are as follows: Dixson Bargraph Model: BW051P and the Weschler BG-241 series meters are meters which work. The following items are required to be submitted along with your quote: 1.A detailed list of the proposed items with pricing. 2.A technical description of the items being offer in sufficient detail to evaluate compliance with the requirements in this solicitation. This includes product literature and description, such as data specification sheets to show that you meet the above salient characteristics. *It is mandatory that you submit product literature of the items being proposed. If you do not submit this information, your quote may not be considered. (vii)Unit must be assembled upon delivery. Individual shipment of line items will not be accepted. Place of delivery is Bureau of Reclamation, Lower Colorado Regional Office, Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005. 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 overall price, responsive quote from a responsible offeror. (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/. To complete obtain and complete a hard copy of Provision 52.212-03, it can be found in the Federal Acquisition Regulation. (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 52.219-6, Notice of Total Small Business 52.219-13, Notice of Set-Aside of Orders 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 52.222-50, 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 - Alternate I 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 - 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) Clauses - 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (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 William Johnson at wjohnson@usbr.gov no later than Tuesday May 3, 2016, by 2:00 P.M., PST. Offers are due Tuesday, May 10, 2016 by 02:00 P.M., PST. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to wjohnson@usbr.gov. (xvi)The Point of Contact for this solicitation is William Johnson. He may be reached via e-mail at wjohnson@usbr.gov, or by phone at 702-293-8362
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1385ecc9d49c7f85ec7c6471c4e93470)
- Place of Performance
- Address: Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005, Boulder City, Nevada, 89005, United States
- Zip Code: 89005
- Zip Code: 89005
- Record
- SN04096542-W 20160429/160427234043-1385ecc9d49c7f85ec7c6471c4e93470 (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 |