Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOLICITATION NOTICE

43 -- Replacement Vertical Turbine Pumps - Specifications and Drawing

Notice Date
5/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor 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
140R3018Q0075
 
Archive Date
6/9/2018
 
Point of Contact
Jennifer Garcia, Phone: 928-343-8128, Virginia Toldeo, Phone: (928) 343-8136
 
E-Mail Address
jgarcia@usbr.gov, vtoledo@usbr.gov
(jgarcia@usbr.gov, vtoledo@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
Specifications and Drawing (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) Solicitation 140R3018Q0075 is issued as a request for quotation (RFQ) in accordance with FAR Part 13, Simplified Acquisition Procedures. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-97. (iv) This requirement will be full and open competition. The associated North American Industrial Classification System (NAICS) code this acquisition is 333996 Fluid Power Pump and Motor Manufacturing. The small business size standard in number of employees is 1,250. (v) Line Items - 010 - Vertical Turbine Pumps - Qty: 3 Standard Warranty: ______________ (vi) The Bureau of Reclamation (BOR) Hoover Dam has requirement for the supply and delivery of three (3) high volume pumping units for the purpose of dewatering a sump. The pump shall move the sump water up a column with a minimum total head of 75 feet at a minimum rate of 5,000 gallons per minute (GPM). Each unit shall conform to size and configuration requirements of existing system as specified on the Drawing. Pumps shall be delivered within 18 weeks or less after receipt of order. The pump requirements are as follows: Pump Requirements: Flow rate/head: 5000 GPM @ 75', Bowl: Suction bell, cast iron, Bowl shaft: 1.50" DIA. stainless steel, Impeller: Enclosed, stainless steel, Lubrication: Oiled shaft tube, Strainer material: Stainless steel Motor Requirements: Power requirement: 100 HP, Power input: 2300 V / 60 Hz / 3 phase; part winding start, Drive coupling: 1.50" DIA., Stand: Fabricated steel Column Requirement: Pipe: 16" DIA sch. 30 steel with flanged ends; corrosion resistant coating, Line shaft: 1.50" DIA stainless steel with stainless steel couplings, Shaft tube: 2.50" DIA. sch. 80 steel, Bushings: Water-lubricated bronze, Discharge flange: 16" 150# ANSI flat face flange, Discharge head: Steel with corrosion resistant coating, Discharge distance: 301.5" underground discharge centerline from bottom of motor stand It is anticipated that the Government will award a Purchase Order resulting from this solicitation to the 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: Technical Capability of the item offered to meet the Government requirement. Lead Time. Past Performance. Offerors shall submit three past performance references for similar items that have been completed within the last three years. (vii) FOB Hoover Dam Warehouse #2 Hoover Dam Access Rd, NV State Route 172 US 93 Exit #2 Boulder City, NV 89005 Shipping volume: __________________ ft³ THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (i) FAR Provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. (ii) FAR Provision 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate offers: Technical Capability of the item offered to meet the Government requirement. Lead Time. Past Performance. Offerors shall submit three past performance references for similar items that have been completed within the last three years. (iii) FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items - Quoters shall include in their quote a completed copy of the provision 52.212-03 or completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (iv) FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items (v) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 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 Representation 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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.252-2 Clauses Incorporated By Reference FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.242-15 Stop-Work Order FAR 52.247-34 F.o.b. Destination. FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.225-18 Place of Manufacture. FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (vi) The following are additional contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: None.*See Note* *NOTE: The Contractor shall also submit an electronic copy of the IPP invoice to the Purchasing Agent at jgarcia@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of clause) WBR 1452.225-82 -- NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS -- BUREAU OF RECLAMATION (MAY 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (End of provision) WBR 1452.222-80 - NOTICE OF APPLICABILITY - COOPERATION WITH AUTHORITIES AND REMEDIES - CHILD LABOR - BUREAU OF RECLAMATION (JAN 2004) (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in - (1) Canada, and the anticipated value of the acquisition is $175,000 or more; and (2) Israel, and the anticipated value of the acquisition is $175,000 or more. (b) Nonapplicability thresholds for other countries are the same as listed in the FAR clause. (End of provision) (vii) Not Applicable (viii) Quotes are due May 25, 2018 at 4:00 PM PST. Quotes are to be submitted to Ms. Jennifer Garcia via email to jgarcia@usbr.gov. (ix) The Point of Contact for this RFQ is Purchasing Agent, Jennifer Garcia. She can be reached by phone at 928-343-8128 or via email at jgarcia@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/67d582298f3f4d5c98d95cf36a06c595)
 
Place of Performance
Address: Hoover Dam, Nevada, United States
 
Record
SN04923767-W 20180518/180516230648-67d582298f3f4d5c98d95cf36a06c595 (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.