Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
SOLICITATION NOTICE

47 -- PURCHASE WELL MATERIALS

Notice Date
9/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
140R3018Q0245
 
Response Due
9/14/2018
 
Archive Date
9/29/2018
 
Point of Contact
Toledo, Virginia
 
Small Business Set-Aside
N/A
 
Description
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 140R3018Q0245 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 331110 with an associated small business size standard of 1500 employees. (v)Line Items: CLIN 0010 Furnish 24" diameter,.375-inch wall mild steel pipe by 20' length 1500LF at $__________ for a total $__________. CLIN 0020 Furnish 20" diameter,.375-inch wall mild steel pipe by 20' length 1500LF at $__________ for a total $__________. CLIN 0030 Furnish 18" diameter,.375-inch wall mild steel pipe by 20' length 2000 LF at $________ for a total of $______. CLIN 0040 Furnish 16" diameter, 304 stainless steel, 0.010" slot screen x 20'500 LF at $__________ for a total $__________. CLIN 0050 Furnish 16" diameter, 304 stainless steel, 0.010" slot screen x 10' 500 LF at $__________ for a total $__________. CLIN 0060 Furnish 16" diameter, 304 stainless steel, 0.020" slot screen x 20' 500 LF at $__________ for a total $__________. CLIN 0070 Furnish 16" diameter, 304 stainless steel, 0.020" slot screen x 10' 500 LF at $__________ for a total $__________. CLIN 0080 Furnish 16" diameter, 304 stainless steel, 0.030" slot screen x 20' 500 LF at $__________ for a total $__________. CLIN 0090 Furnish 16" diameter, 304 stainless steel, 0.030" slot screen x 10' 250 LF at $__________ for a total $__________. CLIN 0100 Furnish 16" diameter, 304 stainless steel, 0.040" slot screen x 20' 500 LF at $__________ for a total $__________. CLIN 0110 Furnish 16" diameter, 304 stainless steel, 0.040" slot screen x 10'250 LF at $__________ for a total $__________. (vi)The Bureau of Reclamation requires wells material which consists of pipe and well screens per the specifications below: A.1.REQUIREMENTS General - The Contractor shall furnish all of the equipment and materials as listed above and deliver them to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, Arizona 85364. Contractor shall deliver 18, 20, and 24-inch diameter,.375- inch wall mild steel casing pipe in 20 foot; and 16-inch diameter, type 304 large diameter stainless steel wire wrapped well screen of the sizes listed in the price line items above. A.2.SPECIFICATIONS A.2.1Mild Steel Casing Pipe: The Contractor shall furnish in 20-foot lengths. Mild steel casing pipe shall be fabricated of mild steel,.375" wall conforming to the requirements of ASTM A 139-04 (2004) and shall have beveled edges for welding. Mild steel pipe supplied shall meet the requirements of ASTM A 139/A 139M-04 (2010), Standard Specification for Electric Fusion (Arc)-Welded Steel Pipe or ASTM A 53/A 53M -10, Standard Specification for Pipe Steel, Black and Hot-dipped, Zinc Coated, Welded and Seamless, Type E or S, Grade A or B. A.2.2Stainless Steel Well Screens: The furnished well screen shall be 16" diameter wire wrapped, continuous slot, and large diameter type 304 stainless steel with the various slot widths as detailed in the line items above. The supplied stainless steel well screen shall be designed for a maximum collapse depth of 600 feet and shall be supplied with 6" weld rings on both ends. Slot openings shall be clean and free of burrs. Well screen shall be fabricated from corrosion resistant type 304 stainless steel, cold drawn or cold rolled, wire or bars meeting the requirements of ASTM A493-09 (2009). The screen shall be fabricated by circumferentially wrapping a wire around a circular internal core of longitudinal rods with each intersection between wire wrapping and support rods and securely welded. Wire wrapping shall be wedge shaped with the narrow end welded to the longitudinal rods. Well screen shall be furnished in nominal 10-foot and 20-foot lengths. The end fittings for the supplied well screen shall be Type 304 stainless steel with 6" weld rings on both ends and shall be the minimum length required for adequate strength at the joints between the screen sections. End fittings shall be machine beveled for butt welding. The well screen and all accessories required shall be suitable for the intended use and shall be the product of a manufacturer regularly engaged in the production of similar materials. (vii)Total price includes all applicable fees and taxes. FOB: Destination, Bureau of Reclamation, Yuma Area Office 7301 Calle Agua Salada, Yuma, AZ 85364. (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.Price b.Past Performance; Quotes shall identify the manufacturer of the items being proposed. The offeror shall provide at least three references for delivering similar items within the past three years. This factor will also evaluate offeror's' relevant past performance of assigned work in terms of critical performance factors which demonstrate: (i) contract compliance; (ii) timeliness and quality of deliveries, (iii) positive business integrity and practices. The evaluation of Past Performance will be based on both the information supplied by the offeror and the information obtained in interviews with references. The Government will evaluate the offeror's past performance and assess performance risk. The lack of relevant past performance will warrant in a neutral rating (i.e. not rated favorably or unfavorably). The evaluation of past performance is a subjective assessment based on a consideration of all relevant facts and circumstances. The Government reserves the right to use both data provided by the offeror and data obtained from other sources. The evaluation may consider information from any source(s) deemed necessary by the Contracting Officer. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of quality services at fair and reasonable prices. This will include an evaluation of the offeror's history in completing similar projects successfully, satisfying customers, conforming to the terms of previous contracts, reasonableness and cooperation during performance, and compliance with federal, state, and local laws and regulations. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. (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: 52.203-6, Restrictions on Subcontractor Sales to Government 52.204-10, Utilization of Small Business Concerns 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 52.219-8, Utilization of Small Business Concerns 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, Trades 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 52.204-18 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 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. WBR 1452.201-80 CONTRACTING OFFICER'S REPRESENTATIVE'S AUTHORITIES AND LIMITATIONS -- BUREAU OF RECLAMATION (MAY 2018) (a)Performance of the work under this contract shall be subject to the technical direction of the Reclamation Contracting Officer's Representative (COR). The term "technical direction" is defined to include, without limitation: (1) Inspecting and accepting or rejecting work performed under the contract. (2) Representing the Government in technical phases of the work. The COR is responsible for the technical administration of the contract and will provide instructions and interpretations to the Contractor on all technical matters relating to the contract. The COR will supervise or oversee all Government technical and administrative personnel assigned to assist the COR. (3) Reviewing and, where required by the contract, approving submittals of technical data, shop drawings, samples, literature, plans, or other data required to be delivered by the Contractor to the Government. (b) The Contractor will receive a copy of the written COR designation from the Contracting Officer. It will specify the extent of the COR's authority to act on behalf of the Contracting Officer. (c) Technical direction must be within the scope of work stated in the contract. Only the Contracting Officer is authorized to determine if a change is within the scope of the contract; therefore, the COR does not have the authority to, and may not, issue any technical direction that - (1) Constitutes a direction of additional work outside the Contract requirements; (2) Constitutes a change as defined in the contract clause entitled "Changes; (3) In any manner causes an increase or decrease in the total contract cost, or the time required for contract performance; (4) Changes any of the expressed terms, conditions or specifications of the contract; or (5) Interferes with the Contractor's right to perform the terms and conditions of the contract. (d) All technical direction shall be issued in writing by the COR. (e) The Contractor must proceed promptly with the performance of technical direction duly issued by the COR in the manner prescribed by this clause and within its authority under the provisions of this clause. If, in the opinion of the Contractor, any instruction or direction by the COR falls within one of the categories defined in (c)(1) through (c)(5) of this clause, the Contractor must not proceed and must notify the Contracting Officer in writing within five (5) working days after receipt of any such instruction or direction and must request the Contracting Officer to modify the contract accordingly. Upon receiving the notification from the Contractor, the Contracting Officer must - (1) Advise the Contractor in writing after receipt of the Contractor's letter that the technical direction is within the scope of the contract effort and does not constitute a change under the Changes clause of the contract; or (2) Advise the Contractor that the Government will issue a written change order. (f) A failure of the Contractor and Contracting Officer either to agree that the technical direction is within the scope of the contract or to agree upon the contract action to be taken with respect to the technical direction will be subject to the provisions of the clause entitled "Disputes 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. 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 52.225-25 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. (xiv)Not applicable (xv)Written, signed offers on a company letterhead with contact information are due no later than September 14, 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 (140R3018Q0245) in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b05c0e932801099b38756f907b7ced2)
 
Record
SN05083950-W 20180913/180911231329-7b05c0e932801099b38756f907b7ced2 (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.