Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

J -- Atwell Water Pump Repair

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-CA CALIFORNIA STATE OFFICE* 2800 COTTAGE WAY, SUITE W-1834 SACRAMENTO CA 95825
 
ZIP Code
95825
 
Solicitation Number
BAQ070011
 
Response Due
5/21/2007
 
Archive Date
4/30/2008
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. The solicitation No. BAQ070011 is issued as a Request for Quotes (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-16, and apply to this acquisition: 52.212-1. Instructions to Offerors-Commercial Items, addendum to include FAR clauses 52.212-4 and 52.212-5. Contract Terms and Conditions-Commercial items. This solicitation provided for full and open competition. Contractors submitting a quotation must be registered in the Central Contracting Registration web site. The address to register is www.ccr.gov. The North American Industry Classification System (NAICS) code is 237110, Water and Sewer Line and Related Structures Construction. REQUIREMENT: The Bureau of Land Management, Bakersfield Field Office, Bakersfield, CA has a requirement for repair of an Atwell Island Water Pump, as described. 1.0. Background The Atwell Island Land Retirement Project is an interagency project involving BLM, Bureau of Reclamation, and Fish and Wildlife Service in an effort to restore wildlife habitat on retired farm land in southwestern Tulare and southeastern Kings counties. BLM has acquired 6,200 acres of the authorized 8,000 acres for the project and is currently beginning large-scale restoration activities. One pump has recently ceased working. We recently had the pump pulled and the problem and necessary repairs were determined. The pump and bowls are badly worn, the inner column assembly needs to be replaced and some of the outer column sections need to be replaced. The well is 13.5" and the outer column is 12". The pump is set at 440' in an 1,100' well. The well is in good condition and a new electric motor has recently been placed on the pump under an agreement with the Air Pollution Control District. The pump and well supplies water to our restoration plantings and to our cooperating farmers and needs to be repaired. 2.0 Scope The bowls (12") will be replaced, the inner column assembly (440' of 2 ?" x 1 11/16") will be replaced, worn 12" inner column will be replaced, all other parts that are worn or broken will be replaced. Pump and bowls will be set to manufacture's specs. The contractor shall provide the equipment and labor to assemble the pump and return it to the well in good working condition. Prospective contractors can inspect the pulled pump at the Atwell Island Project by contacting the project manager, Steve Laymon (661) 391-6117. 3.0 Government Furnished Information and Materials None. 4.0 Period of Performance The contract will be in effect from 30 May 2007 until 15 July 2007. 5.0 Deliverable Products A repaired pump in good working condition, with all worn or broken parts replaced and returned to manufacturer's specs. 6.0 Inspection and Acceptance The inspection and acceptance of all deliverables is the responsibility of the Contracting Officer's Technical Representative (COTR), Steve Laymon (661) 391-6117. The Government will award a contract resulting from this solicitation to the responsible offers whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. INSTRUCTIONS TO OFFERORS: Quotes must be submitted in writing on company letterhead and must include: RFQ number, the company name and address, point of contact, phone number, fax number, total pricel, any prompt payment discount terms, and documentation for experience and qualifications. Offers will be due in this office no later than COB Monday, 21 May 2007. Quotes can be sent to: Bureau of Land Management Attn: Rosalind Davis 2800 Cottage Way W-1834 Sacramento, CA 95825 Receipt of fax quotes is allowed under this solicitation. Fax (916) 978-4444, Attn: Rosalind Davis For Technical Inquiries, please contact Steve Laymon at (661) 391-6117. For Administrative Inquiries, please contact Rosalind Davis at (916) 978-4523.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1260745)
 
Record
SN01285040-W 20070503/070501233504 (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  © 1994-2020, Loren Data Corp.