Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOLICITATION NOTICE

45 -- DUPLEX/DUAL BASKET STRAINER ASSEMBLIES

Notice Date
5/5/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
00017 - US BUREAU OF RECLAMATION P O BOX 620 - CODE 7810 GRAND COULEE WA 99133
 
ZIP Code
99133
 
Solicitation Number
04SQ170168
 
Response Due
5/21/2004
 
Archive Date
5/5/2005
 
Point of Contact
Caroline Walsh - Fax 509-633-9175 Purchasing Agent 5096339515 mcwalsh@pn.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation, Grand Coulee Power Office, Grand Coulee WA has a requirement for 9 each Duplex/Dual Basket Strainer Assemblies. This is a 100 percent Total Small Business Set-Aside. The NAICS is 333999, size standard is up to 500 employees. Delivery is Bureau of Reclamation, WHSE B Door 6 IND Area, Grand Coulee, WA 99133. 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 solicitation. The Request for Quotation (RFQ) is being issued as 04SQ170168 and quotes (including product specification literature and completed clause 52.212-3 Offeror Representations and Certifications-Commercial Items) are due May 21, 2004. The RFQ incorporates revisions and clauses in effect through FAC 2001-22. The Government anticipates an award of a firm-fixed price resulting from this RFQ on or about May 24, 2004. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.211-06 Dated August 1999 Brand Name or Equal; FAR 52.212-1 Dated January 2004 Instructions to Offerors-Commercial Items; FAR 52.212-2 Dated January 1999 Evaluation-Commercial Items amended as Follows: THE FOLLOWING FACTORS SHALL BE USED TO EVALUATE OFFERS, IN ORDER OF IMPORTANCE: a) ITEM OFFERED MEETS GOVERNMENT REQUIREMENTS AND SPECIFICATIONS, b) DELIVERY DATE, c, PRICE; FAR 52.212-3 Dated April 2004 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Dated October 2003 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Dated January 2004 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph b is edited to incorporate the following clauses: 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-1 Buy American Act-Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. CLIN 0001: DUAL BASKET STRAINER ASSEMBLY consisting of: 2 each 12 inch butt weld with hinged covered 150 pound type 304 or 316 stainless steel basket strainers with 0.250 inch diameter perforations, 125/250 pound 12 inch flat faced flanged ends, quick opening cover, stainless steel basket; 4 each butterfly wafer style ductal iron butterfly valves with stainless steel disc, buna seat, geared handwheel operator, with position indicators; 2 each 12 inch inlet/ountlet fabricated tees; all epoxy coated carbon steel parts. Normal strainer assembly operation will be to run full flow through one strainer exclusively while the second strainer is isolated by valve(s). When the operating strainer pressure drop becomes excessive, the strainer assembly will be reconfigured to transfer full flow to the other strainer without flow interruption through the strainer assembly. The strainer assembly will be installed in an existing cooling water system and shall conform to all of the following requirements: strainer assembly medium will be fresh water, estimated water flow through the strainer is 2000 GPM, maximum operating pressure is 150 PSI, strainer assembly will incorporate 2 completely separate strainers with two easily removable debris baskets through quick opening door assemblies that shall have a minimum operating pressure of 170 PSI. The door assemblies will allow pressure to drain off safely if the strainers are not depressurized prior to opening. The doors shall not open uncontrolled under pressure. The strainer assembly shall be configured to allow for full flow through at least one strainer at all times and shall allow either strainer to be in operation without interruption of full flow. Strainer basket enclosures within the assembly shall incorporate a drain provision to allow the entire strainer basker to be de-pressurized and drained prior to opening to remove debris basket. The stainer assembly shall have a fixed flange face-to-face horizontal dimension of 43-1/2 inches between flanges in the existing 12 inch pipe. Installation space restrictions are as follows: distance from centerline of existing 12 inch pipe to concrete back wall is 12 inches, distance from centerline to floor is 43 inches, and the maximum height from floor to ceiling is 120 inches. The stainer asdsembly isolation valves shall be a full flow butterfly valve type configuration. Valves seats and seals shall not require lubrication. Pressure taps are not required. Sure Flow Equipment Inc. Model No. DB125/150 Dual Basket Strainer or Equal. QUANTITY: 9 EACH. The strainer assembly manufacturer shall be certified to ISO 9001, and be inspected and approved by the ASME to Section VIII, Division 1. Certification, inspection and approval documents must be included with quote. All offerors must provide detailed product specifications for adequate product evaluation by the Government. Quotes may be submitted electronically or via fax. Any respondents to this announcement may fax your company name, complete address, duns number, tin number, contact name, phone and fax number and completed quote to Caroline Walsh at 509-633-9175. All questions should be submitted in writting and may be faxed.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142517&objId=35931)
 
Record
SN00580561-W 20040507/040505212307 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.