Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

20 -- FISH SCREENS to fit it in a 48 inch Twin Track Weir

Notice Date
9/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS01468
 
Response Due
9/15/2017
 
Archive Date
9/30/2017
 
Point of Contact
Miller, Randall
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services and is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice.) This announcement constitutes the only solicitation. A separate written solicitation will not be issued. The solicitation number is F17PS01468 and is issued as a request for quotation (RFQ)/or request for proposal (RFP). This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #2005-95, effective 19 Jan, 2017. This requirement 100% set aside for small business. The North American Industrial Classification System (NAICS) code is 221310 WATER SUPPLY AND IRRIGATION SYSTEMS, the business size standard is $27.5M. Quotes or questions shall be submitted via e-mail to Randall Miller at randall_miller@fws.gov and shall include the solicitation number F17PS01468 in the subject line. This solicitation closes 1200 Eastern daylight time 9/15/2017 1.General The Bear Lake National Wildlife Refuge is seeking two self-rotating drum style fish screens designed to keep invasive fish out of wetlands while passing desired water flows. The Refuge is located 3 miles east of Paris, ID. The fish screen will need to be delivered to 1806 Outlet Canal Road, Paris ID. 2. Definitions WCS- A Pre-cast concrete flashboard riser structure designed to control water levels by installing boards. HDPE pipe- High-Density Polyethylene dual wall pipe. 3.Scope The product dealer/fabricator will provide new serviceable self-rotating drum style fish screen(s) used in wetland applications. Bids should include the cost of a site visit by technical representative for fitting of screen(s) and delivering the screen(s) to the project worksite located near 1806 Outlet Canal Road, Paris, ID. The self-rotating drum fish screen(s) will meet the following specs: A.Fish screen(s) will be made to fit in a Briggs Manufacture Inc. TT58 Twin Track ¿ Weir with 48" HDPE pipe inlet. http://www.briggsconcrete.com/products/weirs.htm B.Fish screen drum, frame, and supporting axels will be fabricated with non-corrosive 304 stainless steel. C.The fish screen drum(s) shall be designed to pass water flows through the bottom of the drum, provide fish exclusion, and removal of debris that could cause plugging. The drum shall be capable of operating in a maintenance free condition for extended periods of time. D.Fish screen drum(s) will be self-rotating drums which use the energy of flowing water to turn the outer fish barrier screen. No other energy source shall be needed to rotate the drum. E.Fish screen drum(s) will be self-cleaning by means of rotation. The rotating fish barrier outer cage will deposit debris on the downstream side to prevent buildup of debris that could plug the fish screen. F.The fish screen drum(s) will be supported in a metal frame with the frame designed to fit the TT58- Twin Track Weir. Frame width should be 63 inches to fit in the front board slots. The frame should use 2 inch square tubing to fit into the board slots. G.Fish screen drum dimensions- The drum(s) should be 36" in diameter with a drum width of 55 inches. The steel drum shall be constructed of wedge shaped profile wire #63 welded to supporting bars sized to accommodate the hydraulic head and spans required for the application. The wire spacing shall be in accordance with the required specifications and shall have a tolerance of.003 inches. H.Gears and paddles will be contained inside the fish screen drum to keep debris out of mechanical parts. I. The bearings or bushings shall be a UHMW material or other low friction water lubricated plastic bushing material sized for the required load. The drum shall have seals on the sides and bottom, the seal material shall be 3/16 inch neoprene rubber or equivalent attached to the tubular frame in a manner so that friction will be minimized. J.Fish Screens will come completely assembled and will be ready for use upon delivery. 4.Deliverables A.Quantity 2- rotating drum fish screen(s) will be made to fit in a Briggs Manufacture Inc. TT58 Twin Track ¿ Weir with 48" HDPE pipe inlet meeting the above specifications. Contract to include 1 day on site visit by technical representative for fitting and sizing of fish screen, and delivery of screen to the project site located near 1806 Outlet Canal Road, Paris, ID. 5.Performance dates The projected performance date for this contract will be October 1st-November 15th, 2017. 6.Inspection and Acceptance The Bear Lake National Wildlife Refuge Manager will be the inspector of goods upon delivery. Any items found defective will be replaced within 2 weeks at the cost of the contractor, including any shipping to deliver a replacement(s). 7.Availability Access will be allowed from 8:00 a.m. to 4:00 p.m. Monday-Thursday on the Refuge. Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including DUNS No., and business size/type. In addition, your quote should provide a proposed delivery schedule, unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. Prospective contractors shall be registered in the SAM database https://www.sam.gov/ prior to award of a contract. The following provisions and clauses apply to this acquisition 52.252-2 - Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) FAR 52.212-3, Offeror Representations and Certifications (Jan 2017) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2017), will apply: including 52.204-10 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50 52.222-55, 52.225-152.225-13, 52.232-33. (52.222-41, 52.222-42 if SCA applies) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation (Jan 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (a) Definitions. As used in this clause-- Internal confidentiality agreement or statement means a confidentiality agreement or any other written statement that the contractor requires any of its employees or subcontractors to sign regarding nondisclosure of contractor information, except that it does not include confidentiality agreements arising out of civil litigation or confidentiality agreements that contractor employees or subcontractors sign at the behest of a Federal agency. Subcontract means any contract as defined in subpart 2.1 entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. Subcontractor means any supplier, distributor, vendor, or firm (including a consultant) that furnishes supplies or services to or for a prime contractor or another subcontractor. (b) The Contractor shall not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (c) The Contractor shall notify current employees and subcontractors that prohibitions and restrictions of any preexisting internal confidentiality agreements or statements covered by this clause, to the extent that such prohibitions and restrictions are inconsistent with the prohibitions of this clause, are no longer in effect. (d) The prohibition in paragraph (b) of this clause does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (e) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015, (Pub. L. 113-235), and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions) use of funds appropriated (or otherwise made available) is prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (f) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts under such contracts. USFWS R7 Environmentally Preferable and Energy-Efficient Products and Services Policy Whenever cost effective, the contractor should provide products and/or services that are energy efficient, promote water conservation and are bio-based. The use of nonhazardous and recovered materials is encouraged. Proposal submissions and/or questions regarding the subject synopsis/solicitation shall be directed to the attention of Randall Miller via email: randall_miller@fws.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS01468/listing.html)
 
Record
SN04660718-W 20170907/170905231226-f165fb3dda02c5ff6f06717b0bfe41ed (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.