Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

35 -- RECOVERY--35--RECOVERY (ARRA); PROJECT NUMBER: 107224 -- SUPPLY AND INSTALL TRASH RAKING SYSTEM

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE09T8562
 
Response Due
9/26/2009
 
Archive Date
11/25/2009
 
Point of Contact
b4ctsttl, 6016317270
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(toni.t.lowe@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation No. W912EE-09-T-8562 is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code for this procurement is 333611, SIC Code is 3599, with a Size Standard of 1000 employees. This requirement is funded under the American Recovery and Reinvestment Act of 2009, P.L. 111-5. This procurement may be quoted as follows: Line Item: 0001; Supplies/Services: Supply and install trash raking system in accordance with the incorporated Scope of Work; Quantity: 1; Unit: Job; Lump Sum; Total Price: $_______. 1.0 SCOPE OF WORK 1.1The work defined by this specification consists of supplying and installing a commercially available trash raking system at the Walker Lake pumping plant in West-Central Mississippi, Greenwood. 1.2Provide a trash raking system capable of removing vegetation and large debris including tree limbs, tires, medium size containers and plastic buckets and other items weighing up to 500 lbs. from an existing trash rack servicing a storm water pumping station. System shall be capable of delivering debris to a container located within twenty feet without the use of additional mobile equipment. 1.3System shall be capable of being programmed to cycle without an operator while still maintaining the ability to be manually operated. 1.4System cannot be attached to any existing parts of the structure. 1.5Submittals shall be evaluated on their ability to meet this scope. Submittals shall be delivered to address below to the attention of Mr. Bobby Smith. 1.6Delivery shall be to: U.S. Army Corps of Engineers Greenwood Area Office 100 Moore St. Greenwood, MS. 38930 2.0 REFERENCES AND RELATED DOCUMENTS 2.1ASTM A-123 Hot dipped galvanizing. 2.2 ASTM A-126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 3.0PLANT CONDITIONS: 3.1The Walker Lake Pumping Plant is a storm water station servicing both residential and commercial areas. Storm water carries extremely fine river silts that pose no problem to the station. The water is mildly corrosive. 3.2The station has a maximum capacity of 225 Cubic Feet per Second from three pumps. Water flows into one large sump as shown on attached drawing. Trash racks allow up to a three-inch object to pass. There are no forest in the pump sump area but some small trees and grasses. Municipal waste such as wood products, tires, furniture, and white metals do make there way to the station. 3.3There are six trash rack slots holding two sets of racks. Lower and upper racks are staggered and slide down into a frame embedded in concrete flush with the outer surface of the lower rack; the upper rack is set back the depth of the rack, approximately four inches. Because the rack is flush with the concrete a rake would not be allowed to penetrate. Racks are at a sixty-degree angle to the flow. The racks are mild steel and painted. 3.4Maximum velocity of the flow does not exceed 2.5 Feet per Second. Under these conditions debris collects at a rate of five-to-ten Cubic Feet Per day. The face of the trash rack is forty-six Feet across and trash typically only collects on the lower screen, it would not be necessary to clean the upper section of the racks. The floor Elev. is 105.0 Feet and the high water elevation gets up to 117.0 Feet. 4.0TRASH RAKE REQUIREMENTS: 4.1Rake shall be able to lift a minimum of 500 lbs. and in some fashion deposit debris to one side of the racks without the use of additional mobile equipment. Rake shall be able to remove debris without forcing it against the rack and packing the gap between vertical bars causing a dam effect. Metal finishes shall be corrosion resistant without the use of paint. If galvanized, finish shall be equal to ASTM A-123. 4.2Operation shall be performed at the level equal to the middle of the rack. Voltage shall be 220. Controls shall be enclosed in a NEMA-4 container. 4.3Rake shall be able to lift an unbalanced load without causing any binding or jamming. Maintenance shall be performed at the operator level or above. 4.4If cast parts are included they shall meet the standards for ASTM A-126. 4.5If motors and gear boxes are supplied and protected by enclosures the manufacturers standard finish shall be acceptable. 4.6If cables are used they shall be Stainless Steel. 5.0MATERIALS AND SERVICES TO BE FURNISHED BY THE CONTRACTOR 5.1The contractor shall provide shop drawings and maintenance schedules for equipment supplied, four copies each. 5.2The contractor shall provide at least one change of all oil and/or lubricant to perform the first maintenance cycle. 6.0QUALITY CONTROL 6.1The contractor shall be responsible for all inspections and conformance to the requirements of these specification and contract requirements. 7.0MISCELLANEOUS/GENERAL REQUIREMENTS 7.1Submittals shall include load calculations, materials list, footing designs, schedule, and cost including installation. 7.2Acceptance shall be after installation. A test weight shall demonstrate the lift mechanism will meet the 500# minimum requirement. Knowledgeable field technician shall be present to adjust and program equipment and train operators to meet the plant needs. 7.3The contractor shall notify the purchasing agent, Ferguson-Williams, Mr. Bobby Smith, at his office in the Greenwood Area Office complex two days before any deliveries, testing and training. Phone 601.453.0605. 7.4Shipment. The contractor is responsible for all shipping and delivery charges of equipment. Limited storage is available at the site. 7.5Operation and Maintenance manuals. The installation, operation, maintenance, lubrication, and repair manuals shall contain complete information required for the installation, operation, lubrication, adjustment, routine and/or special maintenance, wiring diagrams, electrical components layout, disassembly, repair, and reassembly of the trash rake furnished. Furnish four copies each. 8.0WARRANTY 8.1The equipment and accessories shall have a minimum of one-year warranty on all parts and labor. Submittals: The contractor shall submit information verifying that the product and installation will meet the requirements of this solicitation. Offerors shall submit (in the quote package) sufficient technical literature, brochures, product descriptions, etc. to enable the Government to determine product quality. The contractor shall also submit (3) Past Performance references. Past Performance data shall include: 1. Clients Name, 2. Point of Contact (POC), 3. Phone Number, and 4. Clients E-mail Address. The quote package may be submitted electronically via email or facsimile. Evaluation and Selection Procedures: FAR Clause 52.212-1, Instructions to Offerors Commercial Items (JUN 2008) applies to this acquisition. All quotes submitted will be evaluated for technical capability. The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet the technical specifications. 1. Capability of providing the products in accordance with the requirements listed in the Scope of Work. 2. Company Experience: the Contractor shall provide sufficient documentation of experience as it pertains to the installation of the specified products. 3. Past Performance: in order to be determined as acceptable, the offeror must demonstrate that it has successfully performed work of similar nature, size, and scope. The lack of experience will not be evaluated favorably or unfavorably, provided that the contractor certifies that additional past performance data is not available. The following FAR Clauses apply to this acquisition: 52.000-4202 Minimum Insurance Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil., FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following clauses cited within that clause: FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006);. The following Clauses are also applicable to this acquisition: DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); 252.232-7010, Levies on Contract Payments, 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009), and 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (MAR 2009). CCR registration is necessary. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 26 Sep 2009 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: Toni T. Lowe, 4155 East Clay Street, Vicksburg, MS 39183. Quotes may also be sent via email to: toni.t.lowe@usace.army.mil. For information concerning this solicitation, contact Toni T. Lowe at (601) 631-7270; email: toni.t.lowe@usace.army.mil; fax: (601) 631-7261.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE09T8562/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN01956940-W 20090918/090917000134-eb8fa7913de027ab8eb36fc77c5b6e6c (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.