COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 Bureau of Reclamation, Contracts Group, 1150 N. Curtis Road, Suite 100,
Boise, Idaho 83706-1234 48 -- MOTOR OPERATED ACTUATORS, FURNISH AND INSTALL SOL 00SQ100330 DUE
083100 POC Robert Milette, 208 378-5110 E-MAIL: click here to contact
the purchasing agent via e-mail, rmilette@pn.usbr.gov. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format at FAR Subpart 12.6, as supplemented in
accordance with the format included in this notice. This announcement
constitutes the solicitation; quotes are being requested and a written
solicitation will not be issued. The Request for Quotes (RFQ) is being
issued as 00SQ100330. Quotes are due August 31, 2000, Noon, MST. The
RFQ incorporates revisions and clauses in effect through Federal
Acquisition Circular 97-19. This is a full and open competitive
acquisition . The Standard Industrial Classification (SIC) for
wholesale trade is 5085 and the small business size standard is 100
employees. The SIC code for manufacturing is 3491 and the small
business size standard is 500 employees. The Bureau of Reclamation, PN
Region, Boise, Idaho, has a requirement for replacement of two sluice
gate actuators at Easton Dam located at latitude 47 15' N, longitude
121 11' W, on the Yakima River near the town of Easton, Kittitas
County, WA. From Exit 70 of Interstate 90, take the south side frontage
road to Easton State Park. From the "Stop" sign inside the park
entrance go straight through the yellow gate to the dam. CLIN 001
Actuator, motor operated, 2 ea., equal to or better than Limitorque
L120-420 230-60-3. Salient characteristics for these actuators are:
Directly mountable on valve stem (bevel gears not acceptable), 230 vac
60 hz 3 phase motor, integral reversing starter, control transformer,
adjustable torque limiting switches, control station with locking
cover for local/remote operation, additive handwheel gearing with rim
pull to be less than 80 lbs, clear plastic stem cover, continuous
4-20mA position feedback, lifting lugs, Factory Mutual (FM) or other
approved agency label; CLIN 002 Actuator drive nut, machined to fit
existing valve stem, 2 ea; CLIN 003 Adaptor plate fabricated for
actuator pedestal/actuator gearhead interface, 2 ea; CLIN 004
Installation of actuators, estimated number of hours and hourly rate.
Shipping FOB destination. The existing actuators, designed in 1927 and
installed in 1929, have come to the end of their life expectancy. Left
bank operator can only be moved approximately six inches at a time
until the motor overloads will trip. The existing actuators do not have
torque control limits nor are they capable of producing a 4-20ma
position indication required for the automation flow controls of Easton
Dam. The Government anticipates holding two separate organized site
visits on Tuesday, 08/22/00, the first at 10:00 AM, PDT, and the second
at 1:00 PM, PDT. Quoters are encouraged and expected to visit the site
before submitting a quote to assure that they are fully aware of the
location of the work, the conditions under which the work must be done,
the accessibility of the site, and other conditions which will affect
their price. In the evaluation of potential quoters for award, failure
to visit the site will be considered to reflect adversely on a
quoter's understanding of the work, and award to that quoter will be
considered to pose a higher risk to the Government. Copies of drawings
relevant to the actuator replacement will be available at the site.
Notify Robert Milette at 208 378-5110 of which organized site visit you
plan to attend. Minimum Requirements: Quoters will be required to
supply and install two each motor operated actuators (per CLIN 001 thru
004) for direct replacement of existing right and left bank electric
spur gear operators mounted to 4'9" X 6'0" sluice gate valves.
Contractor Requirements, pre-award: (1) Site visit encouraged. (2)
Quoter must be Factory Authorized Service Center for actuator
manufacturer. (3) Submit engineering calculations for sizing: (a) High
head is to be based upon El. 2184.5; (b) Motor characteristics Full
Load Amperage (FLA), Locked Rotor Amperage (LRA), and Horsepower (HP)
at 230/60/3 phase; (c) Break away and running load calculations; (d)
Estimated actuator operating time full travel in one direction. (4)
Submit tentative installation schedule with quote showing number of
personnel and proposed work hours (see CLIN 004). Include a sample
daily time sheet for review by the Government representative. (5)
Submit United States Longshore and Harborworker (USL&H) Insurance
Certificate with quote to show coverage in force from time of quote
through performance period per State of Washington Department of Labor
& Industries requirements for working over water. (6) Quote must
include price schedule for CLIN's 001 004. Contractor requirements,
post-award: (1) Furnish torch and tools for removal of existing
actuators. (2) Reuse existing actuator pedestal ref. USRS drawing
#23239. (2) Submit daily time sheets to Government representative for
approval. (3) Following installation, demonstrate proper actuator
operation according to specifications to include amperage reading,
monitoring of 4-20ma feedback, and verification of operating times to
the satisfaction of government representative. (4) Complete all work
and operational demonstration by March 30, 2001. GovernmentSupplied
Requirements: (1) Crane and operator. (2) Electrician and all
electrical material required for all electrical connection. (3)
Lubricant removal from existing actuators and oil containment. (4) Two
mechanics to assist contractor in the removal of existing actuators,
reassemble as required for transportation by Government, and
installation of new actuators. (5) 185 cfm air compressor. The
following FAR provisions and contract clauses are incorporated by
reference: 52.211-6 Brand Name or Equal (August 1999) Deviation;
52-211.18 Variation is Estimated Quantity (April 1984); 52.212-1
Instructions to Offerors Commercial Items (Mar 2000); 52.212-2
Evaluation Commercial Items (Jan 1999); 52.212-3 Offeror
Representations and Certifications Commercial Items (Feb 2000);
52.212-4 Contract Terms and Conditions Commercial Items (May 1999);
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items (August 2000). NOTE: FAR Provision
52.212-3 must be completed and returned with your quote. To request a
copy, contact Robert Milette at 208-378-5110, fax 208-378-5108. In
accordance with FAR Provision 52.212-2 award will be based on the best
value to the Government. We will evaluate quotes based on the
following: (1) Quoter must be a Factory Authorized Service Center for
the manufacturer of the proposed actuators; (2) USL&H Insurance
Certificate submitted with quote; (3) Quoter's understanding of the
job; (4) Completeness and accuracy of engineering calculations; (5)
Degree of risk to the Government posed by an award to the quoter; (6)
Delivery date; (7) Warranty term and coverage; (8) Price. FAR clause
52.212-5 paragraph (b) is tailored to incorporate the following
clauses: 52.222-21 Prohibition of Segregated Facilities; 52.222-26
Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);
52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C.
793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era (38 U.S.C. 4212); 52.225-1 Buy American Act Balance of
Payments Program Supplies; and 52.232-34 Payment by Electronic Funds
Transfer Other than Central Contractor Registration. Quotes are to be
submitted to Robert Milette by fax at 208 378-5108 with original to
follow by mail to Pacific Northwest Regional Office, Bureau of
Reclamation, 1150 N. Curtis Rd., Ste. 100, Boise, ID 83706-1234. See
Numbered Note #1. Posted 08/10/00 (W-SN484407). (0223) Loren Data Corp. http://www.ld.com (SYN# 0267 20000814\48-0003.SOL)
| 48 - Valves Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|