Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

56 -- Deep well tools and materials

Notice Date
5/29/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, Unit 3102, Apo, AA 34023
 
ZIP Code
34023
 
Solicitation Number
deepwell
 
Response Due
6/11/2008
 
Archive Date
12/8/2008
 
Point of Contact
Name: Mayra Melara, Title: Procurement Agent, Phone: 0115032783349, Fax: 0115032783347
 
E-Mail Address
melarame@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is deepwell and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 332913 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-11 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Miami, FL 33178 The Department of State requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, CASING OPTION A:Certa-Lok PVC well casing, SDR-17, 224 psi, Outside Diameter O.D. size 10.75, 0.632 wall thickness, Inside Diameter I.D.= 9.486, 26000 lbs. maximum tensile pull, 300 psi maximum internal pressure, part # 654015 with couplings and splines, performing A.S.T.M. D 1784-N.S.F. 61-drinking water system components, coupled joints ( includes casing and coupling), 20 feet sections. Manufacturer: Certainteed Corporation, 32, EA; LI 002, CASING OPTION B:Certa-Lok PVC well casing, SDR-17, 224 psi, Outside Diameter O.D. size 12.75, 0.750 wall thickness, Inside Diameter I.D.= 11.25, 30800 lbs. maximum tensile pull, 150 psi maximum internal pressure, part # 657016 with couplings and splines, performing A.S.T.M. D 1784-N.S.F. 61-drinking water system components, coupled joints ( includes casing and coupling), 20 feet sections. Manufacturer: Certainteed Corporation, 32, EA; LI 003, WELL SCREEN OPTION A:Well Screen, 304 Stainless Steel screen, from Roscoe Moss, AWWA A. A-100, 10 I.D. interior diameter, Slot 50, Wire-Wound Type, 20 feet length sections, welding ends both sides., 14, EA; LI 004, WELL SCREEN OPTION B:Well Screen, 304 Stainless Steel screen, from Roscoe Moss, AWWA A. A-100, 12 I.D. interior diameter, Slot 50, Wire-Wound Type, 20 feet length sections, welding ends both sides., 14, EA; LI 005, CASING ADAPTER OPTION A:Stainless steel adapters, transition from PVC 10.75 O.D. casing to Stainless steel 304 Roscoe Moss screen 10 I.D., 3, EA; LI 006, CASING ADAPTER OPTION B:Stainless steel adapters, transition from PVC 12.75 O.D. casing to Stainless steel 304 Roscoe Moss screen 12 I.D., 3, EA; LI 007, DROP PIPE OPTION A:316 Stainless Steel Pipe, 4" O.D.x 0.237"x 20 ft., ASTM A312/A312M Seamless, foreign or domestic, threaded/coated (phenolic), NPT, 800, FT; LI 008, DROP PIPE OPTION B:316 Stainless Steel Pipe, 4" O.D.x 0.237"x 20 ft., ASTM A312/A312M Welded, foreign or domestic, threaded/coated (phenolic), NPT, 800, FT; LI 009, DROP PIPE OPTION C:304 Stainless Steel Pipe, 4" O.D.x 0.237"x 20 ft., ASTM A312/A312M Seamless, foreign or domestic, threaded/coated (phenolic), NPT, 800, FT; LI 010, DROP PIPE OPTION D:304 Stainless Steel Pipe, 4" O.D.x 0.237"x 20 ft., ASTM A312/A312M Welded, foreign or domestic, threaded/coated (phenolic), NPT, 800, FT; LI 011, DROP PIPE OPTION E:Galvanized Carbon Steel Pipe, 4" O.D. x 0.237 x 20 ft., ASTM A53/A53M, Seamless, foreign or domestic, threaded/coated (phenolic), NPT, 800, FT; LI 012, 316Stainless Steel Nipple, threaded (standard threads NPT) 4 diaX36 long,.237 wall., 1, EA; LI 013, DROP PIPE COUPLINGS OPTION A:316 Stainless, 4" pipe couplings, 3000#, foreign or domestic, threaded, 25, EA; LI 014, DROP PIPE COUPLINGS OPTION B:304 Stainless, 4" pipe couplings, 3000#, foreign or domestic, threaded, 25, EA; LI 015, DROP PIPE COUPLINGS OPTION C:Carbon steel, 4" pipe couplings, 3000#, foreign or domestic, threaded, 25, EA; LI 016, PUMP AND MOTOR OPTION A:Grundfos 304 stainless steel pump model 230S600-19 ( 230 gpm, Stainless Steel, 60 HP, 19 stages) delivering 200 gpm at TDH= 920 feet, 6 inch model, with motor adapter.With Motor from Franklin Electric model # 23661981, sand fighter, 304 stainless steel, 6 inches, 60 hp, 3450 rpm, 460v/3 phase/60hz complete with leads.With Pump discharge connection adapter to 4 inches. Manufacturer: Grundfos Pump Corporation, Franklin Electric, 1, EA; LI 017, PUMP AND MOTOR OPTION B:Grundfos 304 stainless steel pump model 230S750-22 ( 230 gpm, Stainless Steel, 75 HP, 22 stages) delivering 200 gpm at TDH= 1080 feet, 8 inch model, with motor adapter.With Motor from Grundfos model MMS8000, 304 stainless steel, 8 inches, 75 hp, 3450 rpm, 460v/3 phase/60hz complete with leads.With Pump discharge connection adapter to 4 inches. Manufacturer: Grundfos Pump Corporation., 1, EA; LI 018, Pipe, 1, PVC, white, schedule 80, 20 ft. lengths, 50, EA; LI 019, Couplings, 1 PVC, white, 25, EA; LI 020, Pump Controller, Siemens MicroMaster MM440 or equivalent. Programmable, multi function with digital communication networking capability, soft start features, 460 V, 3 phase for up to 80 Horsepower motor control., 1, EA; LI 021, Submersible motor power cable for up to 80 hp., submersible motor. Neoprene jacketed flat type, Size 0, 600Volt, 3phase w/ground., 1000, FT; LI 022, Sand Separator, Lakos model ILB-0300-B, Range 148-290 GPM, eff. 98%@200 mesh (74microns), 150 psi, maximum working pressure losses 5-12 psi, connections 3X3 threaded, carbon steel construction with legs, with lakos motorized 220 V automatic purge ball valve and manual 1 valve. Manufacturer: Claude Laval Corporation, 1, EA; LI 023, Vertical Spring type Check Valves, Bronze, Female ends, 4 diameter, Simmons heavy duty service., 2, EA; LI 024, Submersible discharge head, forged Steel, heavy duty for threaded 4NPT drop pipe, plate 1, with lifting hooks, and cable hole 1.5, air line hole 1, well vent 1, Outside diameter O.D. 12, holes for foundation., 1, EA; LI 025, Bermad Flow Rate Control Valve model 770 F, Class 125, Cast Iron, flanged ends, maximum pressure 175 psi, minimum pressure 10 psi, pre-set to 200gpm, Large filter 4 diameter, ANSI B 16.1 Manufacturer: Bermad Control Valves., 1, EA; LI 026, Propeller Flow Meter from Mc Crometer, 4 diameter, flanged ends, 200 gpm standard, repeatability of +/-0.25%, instantaneous flow rate in gallons per minute or M3/hour, indicator totalizer AWWA Standard C704/02, epoxy coated carbon steel body. Manufacturer: Mc Crometer Inc., 1, EA; LI 027, Clamps Stainless steel, Band-it w/80 latches, 2, BX; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The United States Embassy in San Salvador, El Salvador is receiving bids for the following items at the requested specifications. It is the intent of the Embassy to construct one deep water well, and pricing is being obtained across a variety of construction materials in order to meet the available budget. Where similar quantities exist across different material types, it can be assumed that the Government will buy one material type or the other. Pricing should not assume that both types will be procured. Bidders will be responsible to provide estimated freight charges to transport products from their facilities to the Department of State Dispatch Agent in Miami, Florida, Bid costs should include the freight charges.Items procured herein shall be considered FOB Destination (Miami, FL).Bidders are encouraged to propose alternative equipment or material where found more economical, while meeting the same general requirements and specifications. For each recommended alternate, Bidders shall submit documentation sufficient to describe the equipment or material to the satisfaction of the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad8da31a1bc0e5629786cd00d8316b68&tab=core&_cview=1)
 
Place of Performance
Address: Miami, FL 33178
Zip Code: 33178
 
Record
SN01583040-W 20080531/080529222015-ad8da31a1bc0e5629786cd00d8316b68 (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.