Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

99 -- Geomembrane - Canal Lining Material

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - Klamath Basin Area Office 6600 Washburn Way Klamath Falls OR 97603
 
ZIP Code
97603
 
Solicitation Number
02SQ250012
 
Response Due
8/16/2002
 
Point of Contact
Jeanie Sawyer Contracting Officer 5418836935 JSawyer@MP.USBR.GOV
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
DESC: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.fedbizopps.gov. (ii) Solicitation 02SQ250012 is issued as a Request for Quote (RFQ). Written documentation will not be issued for the quote. (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 12 and 13. The solicitation document, incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 2001-07. It is the contractor's responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition will be unrestricted. The North American Industrial Classification (NAICS) Code is 561621 with a size standard $11.5M. (v) The Bureau of Reclamation has a requirement to improve canal efficiencies. Seepage losses in canals can range from 30 to 50 percent of their irrigation water, with the most severe (angular) soil conditions accounting for the highest seepage rates and the most challenging design. Much of this seepage water is lost to beneficial use. Canal-lining technologies are needed that can minimize seepage losses at reasonable costs. Material will be subject to UV exposure, animals, and other natural elements. Reclamation is seeking proposals from material suppliers to provide a geomembrane. The Tulelake Irrigation District, (Tulelake, California) will perform subgrade preparation and installation, and seaming. The price quote for this procurement shall be divided into the following commercial items, Contract Line item number (CLIN) - CLIN 0001 Canal Lining Material shall be an Ethylene Propylene Diene Monomer (EPDM) 240,000 square feet. The maximum panel size shall be limited to 35 feet by 200 feet and the minimum Amil@ thickness of the geomembrane shall be 45 mils, seaming tape, multi solvent cleaner and glue, scrub brush holder and pads for 40 seams 35' in length (1,400 feet of 6" wide cap seam strip) ; CLIN 0002 Non-Woven Geotextile 18,000 square feet with a minimum weight of 10 oz/yd2. (vi) N/A (vii) Delivery: Date of delivery of materials shall be by NLT October 01, 2002. Delivery will be quoted as FOB Destination to 2717 Havlina Road, Tulelake CA 96134. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items (OCT 2000) is hereby incorporated by reference. Offers must be itemized and individually priced according to CLIN numbers and include legible descriptive literature for items for evaluation purposes. (ix) Solicitation provision at FAR 52.212-2 Evaluation _ Commercial Items (Jan 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the items offered, price and past performance. Technical and past performance, when combined, are approximately equal to price. The Government intends to evaluate quotes and award a contract without discussions with offerors. The Government reserves the right to conduct discussions if the contracting Officer later determines them to be necessary. If the offeror fails to provide the descriptive literature, the offeror could be deemed non-responsive and therefor no award made to that contractor. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, offeror Representations and Certifications BCommercial Items (July 2002) with his/her offer. A copy of the Certifications and Representations can be found at the following web site: http://www.arnet.gov. (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002), applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items ( May 2002), applies to this acquisition. The following clauses are applicable to this acquisition: 52.222-3, Convict Labor (Aug 1996); 52.233-3 Protest After Award (Aug 1996); 52.232-34, Payment by Electronic Funds Transfer_Central Contractor Registration (May 1999); 52.247-34, F.O.B. Destination (Nov 1991); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999). For full text of these clauses refer to http://www.arnet.gov/far. (xiii) N/A (xiv) N/A (xv) N/A (xvi)This announcement will close and written quotes are due by August 16, 2002. Signed and dated offers to include a complete listing of all items, must be submitted to the Contracting Officer, Klamath Basin Area Office, 6600 Washburn Way, Klamath Falls OR 97603. Responsible sources may submit a quote, which shall be considered. No faxed quotes will be accepted. Should you have any question regarding this procurement, please phone James Bryant, Chief, Lands and Water at (541) 883-6935.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142520&P_OBJ_ID1=50910)
 
Place of Performance
Address: 2717 Havlina Road Tulelake CA 96134
Zip Code: 96134
Country: USA
 
Record
SN00130646-W 20020803/020801213757 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.