Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

Z -- Excavate and remove existing fire hydrants and replace in kind seven new hydrants complete with new controlling valves.

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8630090008
 
Response Due
7/28/2009
 
Archive Date
7/10/2010
 
Point of Contact
Fredericka M. Steele Contract Specialist 9282261452 freddi_steele@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 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 Request for Quotation (RFQ) Q8630090008 is issued as a Total Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code is 237110, with small business standard of $28.5 million annual gross receipts. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34 (Effective on July 1, 2009). Anticipated award date is on or around Aug. 7, 2009. Period of performance: 08/31/2009 through 09/30/2009. No work will be scheduled on Monday, Sept. 7, 2009 (Labor Day). The National Park Service, Coronado National Memorial, is seeking a firm, fixed price (FFP) quote on the excavation and removal of existing fire hydrants (7), and replacement in kind with seven (7) new fire hydrants completed with new controlling valves. Cost to include all materials, freight, labor for installation, travel and per diem. NAICS code for this project is 237110. Estimated construction cost range is $25,000 - $100,000. Paper copies for this combined synopsis/solicitation will not be issued, telephone or fax requests for this combined synopsis/solicitation will not be accepted, and individual requests for solicitation packages will not be accepted. PROJECT SCOPE1. Excavate and remove existing seven (7) fire hydrants and replace in kind with seven (7) new hydrants complete with new controlling valves located on the property of the Coronado National Memorial, as noted under "Location". All materials to conform to American Water Works Association (AWWA) standards and installed using generally accepted Construction practices. Location:Hydrant #1 is located across from Headquarters Building and Quarters #17. Hydrant #2 is located across from Headquarters and the VIP trailer sites.Hydrant #3 is located across from Quarters 1Hydrant #4 is located between Quarters 1&2 parking area.Hydrants # 5 & 6 are located in the maintenance vehicle parking area.Hydrant #7 is located in front of the Visitor Center. SPECIFICATIONS1) Fire Hydrants shall be manufactured in accordance with AWWA C-502, be listed by Underwriters' Laboratories, Inc. and have Factory Mutual Research approval. 2) Fire Hydrants shall be designed for 250 psi working pressure, tested to 500 psi hydrostatic pressure, with written results provided to the Contracting Officer's Representative (COR) for this project. 3) Fire Hydrants shall be dry-top center stem construction having an "O"-Ring sealed lubrication reservoir. 4) Fire Hydrants shall be backed by manufacturer's 5- year limited warranty. 5) Fire Hydrants shall be manufactured with operating nut and thrust nut made of bronze, with bearings located both above and below the thrust collar and with operating nut protected by a cast iron weather shield. 6) Fire Hydrants shall be manufactured with nozzles mechanically locked into the barrel and having "O"-Ring pressure seals. 7) Fire Hydrants shall be a "Traffic Model", complete with safety flanges and steel stem coupling. Nozzle section must rotate 360 degrees. 8) Fire Hydrants shall be manufactured with a main valve seat ring of bronze threaded into a bronze drain ring. A 360 degree drain channel shall have a minimum of two drain outlets. 9) Fire Hydrants shall have a bronze upper valve plate and two urethane rubber facings that activate the drain ports. 10) Fire Hydrants shall be manufactured with a lower valve plate that bottoms out in the shoe for maximum opening. 11) Fire Hydrants shall be manufactured with a minimum main valve opening of 4-1/2" or 5-1/4". 12) Fire Hydrants shall be the Clow Medallion as manufactured by the Clow Valve Company or approved equal.2. Contractor to furnish all equipment, labor and materials to complete project. See GOVERNMENT-PROVIDED EQUIPMENT.3. Flush water system upon final completion, and backfill and restore landscape to original conditions as much as possible. 4. Disposal of old fire hydrants will be the responsibility of Coronado National Memorial staff. GOVERNMENT-PROVIDED EQUIPMENTCoronado National Memorial will provide a backhoe and operator as needed for this project. EVALUATION FACTORSThe Government intends to award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)); therefore, the offeror's initial proposal should be clear and complete and contain the offeror's best terms from a price standpoint. The Government reserves the right to conduct discussions if later deemed necessary. The Government further reserves the right to reject any or all offers if such action is in the Government's best interest. Award will be made based on lowest price technically acceptable. 1) Compliance with the solicitation requirements: The Government will determine the compliance of each offer on a pass/fail basis. An offer is compliant when it manifests: The offeror's assent to the terms and conditions of the solicitation, including attachments and amendments. Unless this solicitation expressly authorizes alternate proposals with respect to specific terms or conditions, any objection to any of the terms and conditions of the solicitation will constitute a deficiency which will render the offer noncompliant. The Government reserves the right to change the terms and conditions of the solicitation by amendment at anytime prior to the award decision. 2) Relevant Experience: Experience is the direct participation in comparable projects, including, but not limited to: a. Experience in the installation of dry barrel fire hydrants. b. Experience in excavation where cultural resources are encountered.c. Experience working in rural isolated areas over 20 miles away from material and service suppliers.d. Experience in effectively managing construction activities involving labor, materials, and equipment in remote locations.f. Demonstrated experience using environmentally acceptable methods in Construction and job site waste management. 3) Past Performance: The Government will evaluate past performance as a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, State, and Local laws and regulations. In the case of an offeror who states they have no record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorable or unfavorably on past performance. The Government may contact sources listed by Offeror and/or other sources of information including, but not limited to, Federal, State and Local governments, better business bureaus, published media and electronic databases to determine if they believe that: a. The Offeror was capable, efficient, and cooperative during performance as demonstrated by job meetings and correspondence. b. The Offeror's performance conformed to the terms of the contract including timely submittals and complete pay requests.c. The Offeror was reasonable and cooperative during performance as demonstrated by price negotiations and change orders.d. The Offeror was committed to customer satisfaction as demonstrated by complete as-builts and O&M manuals and instruction.e. The Offeror has satisfactorily performed other Federal, State, or Local government contracts.4) Qualifications and Experience of Key Personnel: The Government will evaluate key personnel qualifications and experience based on scope, magnitude and relevance to the work that will be required under this contract. a. Experience in managing projects and maintaining cost control as demonstrated by past projects.b. Experience in managing projects and maintaining schedules as demonstrated by past performancec. Experience in managing projects within a required Safety Plan and OSHA standards.d. Demonstrated experience and qualifications as demonstrated by submitted resumes of education and past projects. POINTS OF CONTACT--Contracting Office point of contact: Freddi Steele, Contract Specialist, 928 226-1452.--Technical point of contact: Carlos Herrera, Chief of Maintenance, 520 366-5515 x25. VENDOR RESPONSIBILITIESThe solicitation will be available at the website http://ideasec.nbc.gov on or about 07/10/09 with an offer due date of 4 PM, July 28, 2009. TELEPHONE OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED. Contractors must register on the website in order to retrieve copies of the solicitation and any possible amendments. Instructions are contained on the website for downloading solicitation and attachments. It is the responsibility of all interested contractors to acknowledge ALL amendments to the solicitation.Vendors should be prepared with a Dun & Bradstreet (DUNS) number (DUNS website is www.dnb.com/us) and a valid Federal Tax Identification Number (TIN). To save time, all vendors should register in the Central Contractors Registration (CCR) database, and if already registered, ensure that their record is current. The CCR website is www.ccr.gov. HOW TO SUBMIT QUOTE:1. Please review RFQ Q8630090008, including the Davis Bacon wage rates. 2. A site visit is scheduled for interested parties on Tuesday, July 21, 2009, 8:30am, Maintenance Shop, Coronado National Memorial, 4101 E. Montezuma Canyon Rd., Hereford, AZ 85615. ONLY ONE SITE VISIT WILL BE HELD. 3. Quotation documents consist of Standard Form (SF) 18) with supporting document(s) showing material and labor breakdown of lump sum prices), Section K (Representations, Certifications, and Provisions), and a separate sheet listing your references. 4. On Page 1 of the SF18, complete blocks 8, 12, 13, 14, 15. On Page 2 of the SF18, complete the unit and total price lines. 5. All documents may be faxed to 928 226-6989, Attn: Freddi Steele, Q8630090008; emailed to GRCA_Contracting@nps.gov, Subject: Q8630090008 (Steele); OR mailed to Freddi Steele, Contract Specialist, National Park Service, 1824 S. Thompson St., Flagstaff, AZ 86001. All documents must be received by 4pm., Tuesday, July 28, 2009. END OF ANNOUNCEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8630090008/listing.html)
 
Place of Performance
Address: Coronado National Memorial4101 E. Montezuma Canyon Rd.Hereford, Arizona<br />
Zip Code: 85615<br />
 
Record
SN01871106-W 20090712/090710235138-899be104e46341a1bd24bce4da89ab77 (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.