Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
SOLICITATION NOTICE

J -- Chapman Valve Actuator Rebuild - Drawing

Notice Date
9/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL5517Q0123
 
Archive Date
10/4/2017
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
patricia.white@dot.gov
(patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Clause 52.212-3 Statement of Work Valve Disassembly Pictures Drawing A-99439-2 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 (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL5517Q0123 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The applicable NAICS code is 332911 and the size standard is 750 employees. This project is to manufacture or rehabilitate/rebuild to "like new condition" of the following: Three (3) Chapman Valve Gearbox Actuator, Ref. Drawing A-99439-2. (2) Lock Dewatering Valves (1) Eisenhower Lock Valve (1) Snell Lock Valve (1) Eisenhower Lock Tunnel Culvert Valve The Saint Lawrence Seaway Development Corporation (SLSDC) will evaluate quotations on the following factors: company experience (past performance) on similar types of work; and price. The offeror shall submit three (3) references for similar work within the last five (5) years. The offeror shall provide pricing for the following line items: Line Item No. Description Quantity 1 Disassembly, inspection (and report of findings), rebuild work, and reassembly of three (3) Chapman Valve Gear Actuators. Rebuild to include replacement of associated bearings, seals, and sandblasted/repainted housing. 3 Each 2 Manufacture of three (3) Bevel Miter Gearsets and associated shafts to be used in the reassembly of three (3) Chapman Valve Gear Actuators. 3 Each 3 Manufacture of three (3) Spur Gearsets and associated shafts to be used in the reassembly of three (3) Chapman Valve Gear Actuators. 3 Each 4 Manufacture of three (3) Worm Gearsets, (Steel Worm and a Bronze Gear) and associated shafts to be used in the reassembly of three (3) Chapman Valve Gear Actuators. 3 Each 5 Reverse Engineering, Supply of detailed Gear build drawings, Material Certifications, and Cut Sheets for any other rebuild materials (Bearings, Seals, etc.) For the Job The valves are currently installed at Eisenhower and Snell Locks located in Massena, NY. The Chapman Valve Actuators are used during lock winter maintenance shutdown activities (January through March). SLSDC will coordinate with the repair facility available windows of time when the actuators can be removed from service to complete the rebuild work. Contractor will be required to pick-up the actuators when available; and return the rebuilt actuators to SLSDC facilities. See attached statement of work for more information. Plans are to order Basic Requirement Items Nos. 1 through 5 prior to September 29, 2017, dependent upon the availability of funds. Offerors shall keep their quotes valid for sixty (60) days. F ederal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the SLSDC based on the above evaluation factors. Technical and past performance are equal to price. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 12:00 pm EST, Tuesday, September 19, 2017. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. This is a total small business set aside procurement. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. The Government contemplates award of a firm, fixed price contract resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5517Q0123/listing.html)
 
Place of Performance
Address: See Attached, United States
 
Record
SN04664024-W 20170908/170906232917-d7a20e51b08221e0fda4f7a1ef545e55 (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.