Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

36 -- oil field equipment

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Naval Petroleum and Oil (Shale)U.S. Department of EnergyNaval Petroleum and OilShale Reserves907 N Poplar, Suite 150CasperWY82601
 
ZIP Code
82601
 
Solicitation Number
DE-SOL-0000305
 
Response Due
3/16/2009
 
Archive Date
4/15/2009
 
Point of Contact
Kron, Gina 307-233-4818, gina.kron@rmotc.doe.gov<br />
 
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. Responses shall reference solicitation number DE-SOL-0000305 is issued as a request for quotation (RFQ). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. This acquisition is a unrestricted. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone business. The applicable North American Industry Classification System (NAICS) Code is: 333911: Pumps, oil field or well, manufacturing with a corresponding qualifying size standard of 500 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The U.S. Department of Energy/RMOTC intends to purchase a Mud Pump to support oil drilling operations and testing, located at the DOE/RMOTC facility in Midwest, WY. Funds are not presently available for this action. The DOE/RMOTC intends to purchase following line items: CLIN 0001 ? Mud Pump All CLIN's shall include labor to install new system. The Department of Energy --Rocky Mountain Oilfield Testing Center (RMOTC) Casper, Wyoming intends to purchase one high pressure mud pump with an option on a second pump. Description: High volume, oilfield drilling mud pumps capable of performing with rotary steerable drills (12 ?? RSS or greater). The mud pump shall have a nominal capacity of 496 gpm at 3110 psi at an altitude of 5000 feet. Ratings shall be based on 100% volumetric efficiency and 90% mechanical efficiency. The mud pump shall be a continuous duty pump rated for at least 880 brake horsepower (BHP), Maximum pump RPM of 150; three(3) plungers; stroke length of 9 inches, plunger load rating of 88,000 lbs. The triplex mud pump shall be an enclosed, stand alone, skid mounted unit with a commercial diesel engine prime mover. The pump will be driven by a Diesel rated at a minimum 880 horsepower (Class B rating) at an altitude of 5000 feet. The prime mover shall be complete with all necessary electronic engine controls, radiators, exhaust systems, and safety/shutdown features. The pump will be driven through a gear box rated for the prime mover and pump requirements. The unit will hav e a 150 foot cable on a remote control module for operation on the drilling rig floor. The pump shall have a 5,000 psi pressure gauge, a suitable pressure relief system, and a pulsation dampener rated for 5,000 psi. The equipment shall be skid mounted and suitable for in-field rig moves. The unit must be transportable without major disassembly. All necessary safety equipment such as belt guards, chain covers, etc shall be installed. Centrifugal charge pump(s) shall be installed on the skid and engaged by an air control on the remote panel. Vendors shall identify all remanufactured parts with stated warranties for both new and remanufactured components. The following items are available for trade in: Mud Pumps (3):OPI-700 HDL triplex pump 6? X 8? cylinders, 700 hp, 120 spm. Powered by aCaterpillar 3412 turbo charged engine. Complete with radiator, fan muffler, and airflexclutch, with a 5? X 6? charge pump.New 2004 Gardner Denver HD2000 triplex pump rated for 1,100 BHP; maximumrpm of 300; stroke length of 8?. Powered by a new 3508B DI TA 1,100 hp, 1,800rpm Caterpillar engine. Transmission is a 5-speed Allison model DP8962 with automaticlockup and manual override. Two fluid ends are available ? 3-1/2? plungersand 5? plungers.Continental Emsco DB-550 duplex pump 7-1/2? X 16? cylinders, 550 hp, 65 spm.Powered by a Caterpillar D-379 diesel engine turbo charged. Complete with radiator,fan, muffler, and airflex clutch. A site visit to the facility is available upon request. Please Note: Before the contract is awarded to the offeror, offeror must be registered on the Central Contractor Registration website: http://www.ccr.gov and on Fedconnect.net website: http://www.fedconnect.netThe offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (March 2005) with the proposal or note that offeror is registered on the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Please provide your best delivery schedule after date of award. Delivery Location: U.S. Department of Energy/RMOTC, Midwest, Wyoming, 82643.Award will be made to the low price who meets all criteria in the specifications. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies as do the following clauses under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; 52.222-03, Convict Labor; 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; 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; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: WORKER SAFETY AND HEALTH PROGRAM IN ACCORDANCE WITH 10 CFR 851 (JAN 2008) ? The Contractor, or a subcontractor at any tier, shall comply with the requirements of 10 CFR 851, Worker Safety and Health Program. 10 CFR 851 is incorporated into the contract by reference. The contractor shall implement and maintain a written Worker and Safety Health Program that provides the methods of implementing the requirements of Subpart C of 10 CFR 851 (or Part 851 or ?851). This plan needs to be provided with the proposal in order to be approved prior to award. The full clause can be found at attachment 3 to this solicitation. Additionally 10 CFR 851 can be found at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&tpl=/ecfrbrowse/Title10/10cfr851_main_02.tpl. LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via Fedconnect, available at http://www.fedconnect.net. It is the offeror?s responsibility to monitor the site for the release of amendments (if any) and to verify successful transmission prior to quote due date and time. If submitting through the Fedconnect web site http://www.fedconnect.net offers must be received NO LATER THAN 4:00 PM local time on March 16, 2009. Other than Fedconnect submissions must be received by the same time. All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist, Gina Kron at 307 233-4818 (gina.kron@rmotc.doe.gov) or Joe Kirkland at 307-233-4811 (joe.kirkland@rmotc.doe.gov).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=15f99f485819b434189d31e59483e25f&tab=core&_cview=1)
 
Place of Performance
Address: Naval Petroleum Reserve #333250 N HWY 25940 miles north of CasperMidwestWy82643us<br />
Zip Code: 82643<br />
 
Record
SN01755419-W 20090226/090224215656-15f99f485819b434189d31e59483e25f (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.