Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SOLICITATION NOTICE

46 -- Silt Density Index Tape - Plugging Factor Tape

Notice Date
4/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BOR/YAO Anna Sander 928-343-8204 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
07SQ340147
 
Response Due
4/24/2007
 
Archive Date
4/19/2008
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), number 07SQ340147 which incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-16. This is a Small Business Set Aside under the North American Industry Classification Systems Code 333319, and the small business size standard is 500 employees. The Bureau of Reclamation, Yuma Area Office has a requirement to acquire 150 rolls of Plugging Factor Tape, Silt Density Index 0.45 Micron, Millipore Catalog # SA1J138H6. Each is to be 1-inch wide by 100 feet long rolls with no splices and the rolls will not have backing strips. Scope: This specification covers the requirements for the Millipore plugging factor tape (MPFT), for use on the automatic plugging factor monitors (APFM) at the Yuma Desalting Plant (YDP) and Water Quality Improvement Center (WQIC). Plugging Factor Tape: The contractor shall provide the MPFT that shall conform to the requirements of this specification. A total of 150 rolls of MPFT are required. The MPFT shall be Millipore catalog number SA1J138H6, HAWP membrane and the rolls will not have backing strips. The MPFT shall be membrane mixed cellulose acetate ester, 1-inch wide by 100 feet long rolls, with no splices. The MPFT shall be wound on a 1-1/4-inch wide by 3-inch diameter schedule 40 PVC pipe. All MPFT rolls shall have a unique serial number attached and be individually wrapped and sealed. The membrane shall be 0.45 micron to meet ASTM Method D4189-95, the Standard Test Method for Silt Density Index (SDI) of water. Each lot number shall pass a BUBBLE POINT test of 30 pounds per square (psi) minimum and 36 psi maximum. Each lot number shall also pass a FLOW RATE test, at 30 psi, of 31 milliliters per minute (mL/min) minimum and 350 mL/min maximum @ 77oF. The MPFT shall be autoclavable and rated to operate at ambient temperatures of 50oF to 120oF. The membrane material shall remain pliable in adverse ambient temperature affects over a 12 month period. MPFT lot number to lot number and sample to sample repeatability of membrane performance shall not exceed ?10.0 percent of reading utilizing a standardized water source and ASTM Method D4189-95, the Standard Test Method for SDI of water. MPFT samples shall be provided and available in rolls for evaluation and field testing. Contractor Responsibility: The following items are the responsibility of the contractor. Any costs related to these items shall be included in the bid price. Backing Strips: The contractor shall furnish an affidavit stating the MPFT rolls will not have backing strips. The affidavits shall be furnished with the bid documents. Millipore Certification: The contractor shall furnish written certification from Millipore that each lot number of MPFT meets or exceeds requirements of this specification. The certification(s) shall be furnished at the time of delivery of the MPFT. Submittals: Two copies of the following items shall be submitted by the contractor: 1. Affidavit stating the MPFT rolls will not have backing strips. The affidavits shall be furnished with the bid documents. 2. Written certification from Millipore stating that each lot number of MPFT meets or exceeds the requirements of this specification. The certification(s) shall be furnished at the time of delivery of the MPFT. The submittals shall be sent prior to final payment. Quotes are due by 4:00 p.m. MST, Monday, April 30, 2007. The FOB Point is Destination to Yuma Area Office, 7301 Calle Agua Salada, Warehouse, Yuma, AZ 85364. Effective October 1, 2003, prospective vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. Lack of registration in the CCR database may make an offeror ineligible for award. The CCR Handbook and information on the registration process can be obtained via the CCR website, http://www.ccr.gov or by calling 1-888-227-2423. You will need your Dun & Bradstreet number and banking information. The provision at 52.212-1, Instructions to Offerors--Commercial Items is applicable. The Government will award a contract resulting from this RFQ to the lowest responsive, who can demonstrate the ability to meet the delivery schedule and responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government. The provision 52.212-3 Offeror Representations and Certifications--Commercial Items is applicable, and a completed copy of this provision must be included with RFQ. Clauses at 52.212-4 (Contract Terms and Conditions--Commercial Items); 52.204-07 (Central Contractor Registration; 52.247-34 (F.O.B. Destination) and 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items) which includes clauses 52.219-6, 52.222-3; 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33, apply to this RFQ. Contractors wishing to respond to this RFQ should provide with their quote: A price quote on company letterhead for the requested items showing unit price and total. Offerors must furnish company name, official point of contact name, address, phone and fax number, and email address. The due date and time for receipt of quotations is Monday, April 30, 2007 by 4:00 p.m. Quotes may be E-Mailed to asander@lc.usbr.gov or faxed to 928-343-8568.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=166751)
 
Place of Performance
Address: Yuma Arizona
Zip Code: 85364
Country: USA
 
Record
SN01278184-W 20070422/070420221422 (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.