Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

61 -- Provide Armored Power Cable FOB Destination to Wind Cave National Park, Hot Springs, South Dakota

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Black Hills Contracting - Mt Rushmore National Memorial 13000 Hwy 244, Bldg. 31, Suite 1 Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q156008M051
 
Archive Date
11/20/2008
 
Point of Contact
Ron Eilefson Lead Contract Specialist 6055743130 Ron_Eilefson@nps.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
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This acquisition is open to Large and Small business; the associated NAICS code is 423610 and the small business size standard is 100 employees The Product and Service Code is 6145. The government will award a firm-fixed-price (FFP) contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, with the lowest price. 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 party. The government may elect to award without discussions. The contract for Asphalt will be awarded on or about December 5, 2007. REQUIREMENTS: Wind Cave National Park, Hot Springs, South Dakota, has a requirement for the purchase of 1. 6/3 TECK Type interlocked Armor Cable for 480-Volt Distribution approximatley6000 Ft.; 2. 10/4 TECK Type interlocked Armor Cable for 120-volt Sub-Relay Panel Distribution Approximately 2,500 Ft.; 3. 10/2 TECK Type Interlocked Armor Cable for 120-volt branch circuits Approximately 50,000 Ft considering the following specifications: SPECIFICATION ARMORED POWER CABLE PART 1 GENERAL 1 .1 DESCRIPTION A. The work of this section consists of providing armored power cable F.O.B Destination, to Wind Cave National Park, 26611 US Highway 385, Hot Springs, SD 57747, approximately thirteen miles north of Hot Springs, SD. 1 .2 SUBMITTAL AND APPROVAL PROCEDURES A. All submittals shall be transmitted using National Park Service form DSC-1(CS), dated 11/95. (A copy of the form is included at the end of this section.) No action will be taken on a submittal item unless accompanied by the transmittal form. (Request the form from the Contracting Officer and it will be faxed to you) B. Forward submittals to Contracting Officer's Representative at least 5 business days before needed for approval. Unless a different number is specified, submit one reproducible original and two copies of each shop drawing, three copies of manufacturer's catalog sheets (cut sheets), one specimen of each sample, and three copies of all other submittals requested. 1. Samples: Samples shall be large enough to illustrate clearly the functional characteristics and full range of color, texture, or pattern. 2. Manufacturers' Catalog Sheets: Submit only pertinent pages; mark each copy of standard printed data to identify specific products proposed for use. 3. Manufacturer's Installation Instructions: When contract documents require compliance with manufacturer's printed instructions, provide one complete set of instructions for Contracting Officer and keep another complete set of instructions at the project site until substantial completion. C. Send submittals to: Wind Cave National Park Attn: Steve Schrempp ph. (605) 745-1140 26611 US Highway 385 Hot Springs, SD 57747 D. Contracting Officer reserves the right to require submittals. E. Approved Equals: 1. For each item proposed as an "approved equal," submit supporting data, including: a. Drawings and samples as appropriate. b. Comparison of the characteristics of the proposed item with that specified. c. Changes required in other elements of the work because of the substitution. d. Name, address, and telephone number of vendor. e. Manufacturer's literature regarding installation, operation, and maintenance, including schematics for electrical and hydraulic systems, lubrication requirements, and parts lists. Describe availability of maintenance service, and state source of replacement materials. 2. A request for approval constitutes a representation that Contractor: a. Has investigated the proposed item and determined that it is equal or superior in all respects to that specified. b. Will provide the same warranties for the proposed item as for the item specified. c. Has determined that the proposed item is compatible with interfacing items. d. Will coordinate the installation of an approved item and make all changes required in other elements of the work because of the substitution. e. Waives all claims for additional expenses that may be incurred as a result of the substitution. 3. Construction Materials: The Contractor is encouraged to submit for approval products made out of recycled or environmentally responsible material. Every effort will be made by the National Park Service to approve these materials. F. Coordinate all submittals and review them for legibility, accuracy, completeness, and compliance with contract requirements. Forward submittals that are related to or affect one another as a package to facilitate coordinated review. Each transmittal shall contain only data specific to that individual submittal. G. Submittal Identification: 1. Identify all sets of manufacturer's catalog sheets, samples, and other documents with submittal include the park name, project title, contract number, and transmittal number. 2. Identification information shall be applied to the bottom right margin on each page. Identification information on samples shall be applied to the most readily visible area on the sample or on tags attached to sample. H. Submittal Numbering: 1. Number each submittal consecutively. 2. For re-submittals use the original submittal number, plus a letter suffix beginning with A. 3. Additional re-submittals of the same item shall contain the original number with the next consecutive letter. I. Contracting Officer's Review: 1. Submittals will be returned disapproved without technical review if identification information is missing, not filled in, or if placed on the back of the submittal; an incorrect number or format of submittals is provided; the transmittal form is incorrectly filled out; submittals are not coordinated; or submittals do not show evidence of Contractor's approval. 2. Any work done or orders for materials or services placed before approval shall be at the Contractor's own risk. 3. After reviewing submittals, the Contracting Officer will return one copy of form DSC-1(CS) and one copy of applicable (marked up) submittal sheets to the Contractor. Shop drawing review notations will be returned on the reproducible original shop drawing. All other submitted items (including samples) will be retained. The Contractor is responsible for producing additional copies for his/her own use. 4. The returned submittal will be marked in one of three ways as defined below: a. APPROVED: Acceptable with no corrections. b. APPROVED WITH NOTATIONS: Minor corrections or clarifications required. All comments are clear and no further review is required. The Contractor shall address all review comments when proceeding with the work. c. DISAPPROVED - RESUBMIT: Rejected as not in accordance with the contract or as requiring major corrections or clarifications. The Contracting Officer will identify the reasons for disapproval. The Contractor shall revise and resubmit with changes clearly identified. 1 .3 SUBMITALS REQUIRED 1. Manufacturer's literature for each cable specified. 2. One linear foot sample of each cable specified showing composition, construction, and outer jacket color. PART 2 PRODUCTS 2 .1 (6/3) TECK Type Interlocked Armor Cable for 480-volt Distribution: A. Three-conductor No.6 AWG consisting of stranded annealed copper conductors insulated with cross linked polyethylene, having PVC inner and outer jackets, rated 90 degC, 1000 volts, individually identified with black, red, and blue insulation, assembled and cabled round with fillers and binder tape, covered with an inner PVC jacket, a single strip positively interlocked armor of aluminum, and an outer PVC black jacket. Provide with one, No. 8 AWG stranded bare copper ground conductor. Provide total quantity on one continuous spool. TECK90 Armored Power Cable manufactured by General Cable, cataloge number 11288.010600 or approved equal. 2 .2 (10/4) TECK Type Interlocked Armor Cable for 120-volt Sub-Relay Panel Distribution: A. Four-conductor No. 10 AWG consisting of stranded annealed copper conductors insulated with cross linked polyethylene, having PVC inner and outer jackets, rated 90 degC, 600 volts minimum, individually identified with black, and white insulation, assembled and cabled round with fillers and binder tape, covered with an inner PVC jacket, a single strip positively interlocked armor of aluminum, and an outer PVC jacket. Provide with one, No. 12 AWG stranded bare copper ground conductor. The color of the outer jacket shall be as close as possible to Pantone Color System No. 4725C. Provide total quantity on one continuous spool. TECK90 Armored Power Cable manufactured by General Cable, catalog number 780270 or approved equal. 2 .3 (10/2) TECK Type Interlocked Armor Cable for 120-volt branch circuits: A. Two-conductor No. 10 AWG consisting of stranded annealed copper conductors insulated with cross linked polyethylene, having PVC inner and outer jackets, rated 90 degC, 600 volts minimum, individually identified with black, and white insulation, assembled and cabled round with fillers and binder tape, covered with an inner PVC jacket, a single strip positively interlocked armor of aluminum, and an outer PVC jacket. Provide with one, No. 12 AWG stranded bare copper ground conductor. The color of the outer jacket shall be as close as possible to Pantone Color System No. 4725C. Provide on continuous spools of 10,000 feet. TECK90 Armored Power Cable manufactured by General Cable, catalog number 780200.00.77 or approved equal. PART 3 EXECUTION 3 .1 DELIVERY A. Delivery may be made between the hours 8:00am and 3:00 pm Mountain Time, Monday through Friday, Federal Holidays excluded. B. Materials shall be delivered on an flatbed trailer or open sided cargo trailer to facilitate unloading by front end loader. C. Deliveries shall be scheduled at least 24 hours in advance by calling the Contracting Officer's Representative at 605-745-1140 D. PART 4 MEASUREMENT AND PAYMENT 4 .1 Measurement will be the actual linear feet of each cable type provided and accepted, but shall not exceed the actual amount ordered by more than one percent. 4 .2 Payment will be included in the bid item to which this work relates. END OF SECTION 1 The magnitude for this purchase is between $25,000 and $100,000. Paper copies of combined Synopsis/Solicitation will not be issued. The Synopsis/Solicitation can be downloaded at the DOI website (http://www.fedbizopps.gov) on November 21, 2007 and unless amendments are issued extending the solicitation the offers are due by COB on December 5, 2007. All vendors must be registered in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Point of Contact for this procurement is Ronald Eilefson, Contracting Officer, 605-574-3130. Email address: ron_eilefson@nps.gov. The Government reserves the right to cancel this synopsis/solicitation. This announcement constitutes the only solicitation. PROVISIONS - The following clauses apply to this solicitation: FAR 52.252-02 Clauses Incorporated By Reference, FAR 52.212-04 Contract Terms and Conditions - Commercial Items, FAR 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-1, By America Act Supplies, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-8, Discounts for Prompt Payment, FAR 52.204-08, Annual Representations and Certifications, FAR 52.219-01, Small Business Program Representations, FAR 4.1201, Online Representations and Certifications Application (ORCA), FAR 52.204-7, Central Contractor Registration. For full-text version of these provisions, please use the following Internet link; http://www.arnet.gov. PRICING REQUIREMENTS FOR QUOTES - Price evaluation will be based on the lowest price. All interested offeror's who believe they are capable of providing the required cable in conformance with the specifications, shall submit their quote to Ron Eilefson at the FAX below by 2:00 pm Mountain Standard Time by COB, December 5, 2007. Fax quotes will be accepted, fax number 605-574-2307. Any questions regarding this combined synopsis/solicitation must be done in writing by email to ron_eilefson@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2766682)
 
Place of Performance
Address: Wind Cave National Park Hot Springs, South Dakota 57751 Custer County
Zip Code: 57751
Country: USA
 
Record
SN01456927-W 20071123/071121224006 (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.