Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
SOLICITATION NOTICE

43 -- Submersible Pump for the Well Field Operation

Notice Date
8/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364 US
 
ZIP Code
00000
 
Solicitation Number
140R3018Q0228
 
Response Due
9/4/2018
 
Archive Date
9/19/2018
 
Point of Contact
Toledo, Virginia
 
Small Business Set-Aside
Total Small Business
 
Description
(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 number 140R3018Q0228 is issued as a request for quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This is a total small business set-aside under NAICS 333914 with an associated small business size standard of 750 employees. (v)Line Items: CLIN 0010 Hydraulic Submersible Pump, Crisafulli L-Series L06-0 High Lift Pump or equal, 2 each at $________ for a total of $______. Warranty:_________ Salient Characteristic: 1. Capable of producing 2300 Gallons Per Minute (GPM) flow with 40 feet Total Dynamic Head (TDH) 2. Open Impeller Discharge Diameter 6" 3. Impeller Diameter 21" 4. 6" male NPT discharge connection. 5. Abrasion resistant pump volute and impeller. 6. Heavy duty hydraulic gear motor. 7. Solids passing capability up to 2.25". 8. Epoxy paint. 9. Suction stand attached. 10. Welded bearing box with grease lubed bearings. 11. Lifting bracket attached. (vi)The Bureau of Reclamation requires two (2) hydraulic submersible pumps for the Facilities Maintenance Office, Yuma Area Office. All materials shall be new from the manufacturer, no refurbished materials will be accepted. (vii)Total price includes all applicable fees and taxes. FOB: Destination, Bureau of Reclamation, Yuma Area Office 7301 Calle Agua Salada, Yuma, AZ 85364. The pumps shall be delivered no later than 60 days after the purchase order is awarded. (viii)The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. (ix)By the provision at 52.212-2, Evaluation-Commercial Items- Award will be made to the lowest responsive responsible quote considering the following factors: a. Technical capability of item offered to meet the agency need; and b. Price. Quotes should include manufacturer part number with product literature to clearly identify the item being proposed. (x)The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. (xi)Clause 52.212-4, Contract Terms and Conditions -Commercial Items applies to this acquisition. (xii)The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 52.219-6, Notice of Total Small Business Aside 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 52.222-36, Equal Opportunity for Workers with Disabilities 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 (xiii)The following are additional contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: FAR 52.252-2 Clauses Incorporated By Reference FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-15 Stop-Work Order FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference 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 FAR 52.211-6 Brand Name or Equal FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran -Representation and Certifications. 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. 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. 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 Contracting Officer at vtoledo@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. (xiv)Not applicable (xv)Written, signed offers on a company letterhead with contact information are due no later than September 4, 2018 by mail or in person at Bureau of Reclamation, 7301 Calle Agua Salada, Yuma, AZ 85364 or by electronic mail to vtoledo@usbr.gov. (xvi)For information regarding this Request for Quotation, please contact Virginia Toledo, Contracting Officer at 928-343-8136. All questions shall be submitted to vtoledo@usbr.gov and shall reference the RFQ number (140R3018Q0228) in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95f3885d50e9a05cb1feb83b4f84c129)
 
Record
SN05053257-W 20180825/180823231553-95f3885d50e9a05cb1feb83b4f84c129 (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.