Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14, 2001 PSA #2977
ANNOUNCEMENTS

-- PURCHASE/INSTALLATION OF RAIN/STREAM GAGES IN THE LICKING RIVER AT VARIOUS LOCATIONS IN KENTUCKY.

Notice Date
November 9, 2001
Contracting Office
US Army Corps of Engineers, Louisville -- Civil Works, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
ZIP Code
40202-2230
E-Mail Address
US Army Corps of Engineers, Louisville -- Civil Works (barbara.j.simpson@lrl02.usace.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is DACW27-02-T-0005 and this solicitation is issued as a Request for Quotation (RFQ). This solicitation is set aside for small business. Offerors shall submit a signe d and dated quotation to U.S. Army Corps of Engineers, ATTN: Barbara Simpson, 600 Dr. M.L. King Jr., Place, Room 821, Louisville, Kentucky 40202-2230 prior to 4:30 p.m. (local time) on 21 November 2001. THIS IS AN ALL OR NONE REQUIREMENT TO BE AWARDED TO ONE (1) CONTRACTOR. Contract Line Items and Quantities are as follows: 0001. Purchase of Packaged Rain/Stream Gage Stations in accordance with the Scope of Work , a quantity of seven new stations @ $_________ each for a total amount of $________. 0002 . Purchase of Solar Panel, a quantity of seven @ $_______ each for a total amount of $_______. 0003. Purchase of Pressure Transducer, a quantity of seven @ $________ each for a total amount of $_______. 0004. Directional Antenna, a quantity of seven @ $_______ each for a total amount of $_______. 0005. Standpipe Door (lock/key), a quantity of seven @ $_______each for a total amount of $_______. 0006. Data Logging Module, a quantity of seven @ $_______ each for a total amount of $_______. 0007. Su bmersible Cable, a quantity of 450 feet @ $_______ per foot for a total amount of $_______. 0008. Portable Digital Pressure Indicator, a quantity of two @ $_______ each for a total amount of $_______. 0009. Uninterruptible Power Supply, a quantity of o ne @ $_______ each for a total amount of $_______. 0010. Programmable Electronics to Transmit/Receive Digital Signals, a quantity of three @ $_______ each for a total amount of $_______. 0011. Installation of all the above equipment to include all misc ellaneous materials, labor, per diem and travel for a total lump sum amount of $_________. GENERAL. 1.) The Contractor will provide and install seven (7) combination rain/stream gages in the Licking River Basin at various locations in Kentucky. Services will consist of the purchase and installation of five (5) new combination rain/stream gages stations along the Licking River (or its tributaries), upgrading two (2) existing rain gages (to combination rain/stream gages), and upgrading three (3) mountaintop warning system receivers (to allow the new gages to be monitored). 2.) The rain/stream g age system installed will become a part of the existing Integrated Flood Observing and Warning System (IFLOWS) currently operated by the Commonwealth of Kentucky, Office of Military Affairs, Division of Emergency Management (KYEM) in cooperation with the N ational Weather Service (NWS). IFLOWS is a wide-area computer network of stream and rain gages with enhanced, full, one-way radio, microwave, satellite, and telephone line communications. As part of the IFLOWS network, the gages will be monitored and mai ntained by KYEM. 3.) The gages will be installed at the following locations: Gage P-01 Jackstown On Hinkston Creek at the Bourbon/Nicholas County line Jackstown. The gage site is located off the State Route 13 (Paris-Jackstown Road) bridge. Equipment will be installed along the left-descending bankof Hinkston Creek near the bridge structure at State Route 13 at the Bourbon/Nicholas County line. Equipment shall be situated behind or near the existing bridge structure abutment. Gage P-02 Blue Lick Springs On the Licking River at Old Maysville Road on the Robertson/Nicholas County line. Equipment will be installed along the left-descending bank of the Licking River. Equipment will be situated behind or near the existing bri dge structure abutment. Gage P-03 McKinneysburg On the Licking River ap proximately six (6) miles southeast of Falmouth, in Pendleton County. The gage site is on the Browning Corner-McKinneysburg Road Bridge. Equipment will be installed along the right-descending bank of Licking River near the bridge structure at the Brownin g Corner-McKinneysburg Road Bridge. Equipment shall be situated behind or near the existing bridge structure abutment. Gage P-04 North Fork Triplett Creek On the North Fork Triplett Creek in Rowan County. The gage site is on a bridge on State Road 32. Equipment will be installed along the right-descending bank of North Fork Triplett Creek near the bridge structure a t State Route 32. Equipment shall be situated behind or near the existing bridge structure abutment. Gage P-05 Cave Run Reservoir On the Licking River in Bath County. The gage site is on a bridge on US Highway 60. Equipment will be installed along the right-descending bank of Licking River near the bridge structure at US Highway 60. Equipment shal l be situated behind or near the existing bridge structure abutment. Gage 3018 Lewisburg Upgrade the existing gage number 3018 to a combination rain/stream gage on the North Fork of the Licking River in Lewisburg, Mason County. Equipment will be installed along the left-descending bank of the North Fork Licking River at State Route 11 at the existing location. Gage 3074 Butler Upgrade the existing gage number 3074 to a combination rain/stream gage on the Licking River in Butler, Pendleton County. Equipment will be installed along the left-descending bank of the Licking River at US Highway 27 at the existin g location. 4.) The IFLOWS transmitter at each of the following repeater towers will be fitted with new electronic cards to allow the new gages to be monitored: Bachelors Rest tower; Morehead tower; and Pikeville tower. The Bachelors Rest tower shall also be fitte d with an uninterruptible power supply (UPS) to provide backup power to the IFLOWS receiver and translator equipment. 5.) Directions to the gage sites GAGE P-01: From Lexington at I-64 and US 27 -- Take US 27/68 Northeast, remaining on US68 at Paris. Travel 17 miles to Paris-Jackstown Road. Go East on Paris-Jackstown Road approx 12 miles to the bridge over Hinkston Creek. GAGE P-02: From Lexington at I-64 and US 27 Take US 27/68 Northeast 15 miles to Paris. At Paris, remain on US 68 East and travel approx 23 miles to the Licking River. At the first local road after crossing the Licking River (0.2 miles) turn left and tr avel 0.2 miles to the Old Maysville Road. Turn left and travel less than 0.2 miles to the bridge over Licking River. GAGE P-03: From Lexington at I-64 and I-75 Take I-75 North approximately 8 miles to US 62. Take US 62 Northeast approx 17 miles to US 27. Continue on US 27 for approximately 27 miles to Old Three L Highway Loop No. 2 and turn right. Take Old Three L H ighway Loop No. 2 about 2 miles to Richland Rd. Take Richland Rd. about 0.6 miles to Browning Corner-McKinneysburg Rd. Go about 1.4 miles to bridge over Licking River. GAGE P-04: From Lexington at I-64 East and I-75 South Take I-64 East approximately 56 miles to KY 32. Take KY 32 North approx 0.4 miles to bridge over North Fork Triplett Creek. GAGE P-05: From Lexington at I-64 East and I-75 South Take I-64 East approximately 52 mile to KY 801. Take KY 801 South about 3 miles to US 60 at Farmers. Turn right on US 60 and go approx 0.7 miles to bridge over Licking River. GAGE 3018: From Lexington at I-64 East and I-75 North Take I-75 North approx 7 mi to US 460. Take US 460 East about 14 mi to US 68 Bypass Road. Continue North on US 68 Bypass Road approx 0.5 mi to US 68 NE. Go approx 35 miles to SR 324. Take SR 324 East about 9 mi to SR 11. Take SR 11 North about 3.5 miles to bridge over North Fork Licking River. GAGE 3074: From Lexington at I-64 East and I-75 North Take I-75 North approx 8 miles to US 62. Take US 62 Northeast app rox 17 miles to US 27. Continue on US 27 for approx 32 miles to bridge over Licking River. 6.) GENERAL INSTALLATION NOTES: 1.High Sierra Electronics Model 3424 will be installed. 2. Standpipe Assembly shall be used, as gages will be installed in the ground. 3.)Install standpipe assembly in a hole excavated 24-inches deep and at least 24-inches in diameter. Place assembly vertically in hole and back fill hole with concrete. Provide temporary supports to hold standpipe vertical while concrete cures. The following wage determinations apply to this installation: 94-221 Rev (20), dated 9/19/01; 94-2413 Rev (16), dated 10/03/01; and 94-2573 Rev (17), dated 05/31/01. The following clauses apply to this acquisition, some fill-ins are required and must be included in the quotation: FAR 52.212-1, Solicitation Provisions Incorporated by Reference, http://www.arnet.gov. FAR 52.252-2, Clauses Incorporated by Reference, http://www.arnet.gov. FAR 52.212-1, Instructions to Offerors Commercial Items. Contract award will be made in accordance with FAR clause 52.212-2, Evaluation Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageou s to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical knowledge of the existing IFLOWS, the Kentucky Division of Emergency Management and gage installation services, past performance and price. A firm fixed price purchase order is expected to result from this solicitation. EVALUATION OF PRICE: Prices shall be evaluated by multiplying unit price by quantities shown for the respective items listed. Discounts for early payment, if offered, will not be considered in evaluation for award. 52.212-3, Alternate I, (fill-in) Offer or Representations and Certifications Commercial Items. Offerors shall include a completed copy of the provision at 52.212-3 with its offer. 52.212-4, Contract Terms and Conditions. 52.212-5 (DEV), Contract Terms and Conditions Required to Implement S tatutes of Executive Order Commercial Items. Applicable clauses include 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans for the Vietn am Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.), 52.222-43 Fair Labor Standards Act. 52.219-1, Small Business Program Representations (Oct 2000) Alternate I (Oct 2000) & Alternate II (Oct 2000). 52.219 -6, Notice of Total Small Business Set-Aside (Jul 1996). 52.222-3, Convict Labor (Aug1996). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 252.204-7004, Required Central Contractor Registration (Mar 2000). 252.243-7001, Pricing of Contract Modifications (Dec 1991). The NAICS is 334513. The small business size standard is 500 employees. DETERMINATION OF AWARD: The Government will make contract award in accordance with FAR provision 52.212-2. The Government intends to evaluate offers and award a contract without discussions. Therefore, the offeror s initial quotation should contain the offeror s best terms. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either p arty. A statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation shall be provided by the offeror. Any quotation that fails to furnish all the required information, or which rejects or changes an y terms and conditions of this solicitation, may be rejected and excluded from consideration. Offers shall specify business size and classification.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011114/SPMSC004.HTM (D-313 SN5127M6)

SP - Special Notices Index  |  Issue Index |
Created on November 9, 2001 by Loren Data Corp. -- info@ld.com