Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

45 -- Submersible pump, rail system, control box and cord for Grant Village Marina Lift Station

Notice Date
12/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574101008
 
Response Due
1/29/2010
 
Archive Date
12/22/2010
 
Point of Contact
Andrea Brew Contract Specialist 3073442859 andrea_brew@nps.gov;
 
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 the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574101008. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-28 and are available in full text through Internet access at http://www.acqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 333911 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on January 29, 2010 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to andrea_brew@nps.gov. All questions regarding this solicitation should be faxed or emailed to andrea_brew@nps.gov. Yellowstone National Park requires (3) submersible pumps, (2) rail systems, (1) control panel and (5) 50 foot cords for the Grant Village Marina Duplex Lift Station. Quoted price should include delivery to the Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190. Delivery needed by March 15, 2010. The following is a description of the requirements: 3 EachSubmersible Pump$________________"15HP Maximum Submersible Pump"220 Volt, 3 Phase, 60 Hz"Non clog impeller"3" minimum sphere."Design capacity - 425 GPM at75 TDH"Second design point 300 GPM at 86 TDH"Shut off head 105Ft"Liquid to be pumped Raw Wastewater"Discharge 4" flanged"1750 RPM maximum"Motor rated submersible - Class 1, Group D, Division 1"Motor protection - Thermal Bi metal switch each phase, Leakage Moisture detection in seal oil chamber"50Ft power/ control cable 2 Each Rail System$________________"Same brand name as pump manufacturer"Non sparking"Cast iron coupling base with 4"flanged outlet"Sealing plate with pump adapter"Vertical metal to metal seal"Stainless steel rail guides and upper support brackets 1 each Control Panel$________________"NEMA 4X"Non-corrosive"Lockable clasps"Hinged door with neoprene gasket"Dead front door"Main non-fused disconnect"Lighting suppressor"Elapsed time meters"Time delay for lag pump star"Lead pump selector switch"Pump failure/start lag pump contact"Alarm light and horn with push to silence switch on panel exterior"Power failure alarm contact"Anti condensation heater"Convenience ground fault outlet and transformer"Class 1, Group D Division 1 pump's intrinsically safe floats and relays"Hand-Off-On switches"Indicator lights for pump run and float operation"Dry contact for remote monitoring"Lag pump start/high water alarm contact 5 Each Pump Float 50 foot cord$___________________ Delivery Charge$______________Grand Total$______________ Business Name: ____________________________________DUNS:___________________ Business Address: ______________________________________________________________ Business Phone: ___________________________________FAX: ________________________ Email Address:___________________________________________ Offeror Name: ________________________________________Date:_____________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acqnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION. Andrea BrewContract SpecialistYellowstone National Park307-344-2859307-344-2079 faxandrea_brew@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574101008/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02029183-W 20091224/091222234811-b2f2f5de5b631dd233b306f4e32a550a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.