Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

48 -- Purchase of stainless steel sluice gates

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office Attn: Veronica Rodriguez -- 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R10PS34119
 
Response Due
3/10/2010
 
Archive Date
3/3/2011
 
Point of Contact
Veronica Rodriguez, (928) 343-8266 Purchasing Agent 9283438266 vrodriguez@usbr.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 supplies prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice. However, Request for Quote (RFQ) R10PS34119 will be issued simultaneously with this announcement to facilitate receipt of electronic proposals. The RFP is issued under Simplified Acquisition Procedures (SAP), and is 100% set-aside for small businesses; however, large businesses are encouraged to quote in the event that small businesses are rendered as non-compliant. The associated North American Industrial Code System code for this solicitation is 332911 and the small business size standard is 500 employees. Quotations shall include, proposed delivery in days, pricing for items with shipping included in unit price, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Bid Schedule The Contractor shall furnish the following: CLIN 0001- Qty: 2. - 36 x 36 Slide GateGate Stainless Steel Type 304 Flatback FrameInvert to Top of Wall = 7.6 ft.Operating Seating/Unseating Head = 5.00 ft.Stem Stainless Steel Type 316Geared Lift Torque Tube MountedAnchoring Hardware Stainless Steel Type 304Counter Indicator Stem Cover (1) Clear PlasticMylar Strip Indicator Paint Lift with Polyamide EpoxyMill Finish on all Stainless Steel SurfacesSubmittal DrawingsAdapter plate shall adapt to existing AUMA brand actuators CLIN 0002 - Qty: 1 42 x 42 Slide GateGate Stainless Steel Type 304Flatback FrameTop of Wall to Invert = 8.9 ftOperating Seating/Unseating Head = 5.00 ft.Stem Stainless Steel Type 316Geared Lift Torque Tube MountedAnchoring Hardware Stainless Steel Type 304Counter Indicator Stem Cover (1) Clear PlasticMylar Strip Indicator Paint Lift with Polyamide EpoxyMill Finish on all Stainless Steel SurfacesSubmittal DrawingsAdapter plate shall adapt to existing AUMA brand actuators Please see attached drawings and pictures. Successful offeror shall submit drawings to the Government before fabrication of slide gates for approval. Vendors are reminded that effective October 1, 2003, prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or CAGE Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. Offerors shall include a completed copy of the FAR provision at 52.212-03, Offeror Representations and Certifications - Commercial Items, with its offer, or be registered at www. ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-38. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://farsite.hill.af.mil/vffara.htm The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009), the referenced clauses: (1)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ;(2) 52.219-28, Post Award Small Business Program Representatives (Apr 2009); (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O.13126); (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O.11246); (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); (8) 52.225-1, Buy American Act-Supplies (Feb 2009) (9) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008) (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. At a minimum, responsible sources shall provide the following: a price quote on letterhead for each of the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, DUNS Number, and CAGE Code. Any questions with regard to this requirement shall be addressed to the Purchasing Agent identified elsewhere on the solicitation/award document. CONTRACT CLAUSES IN FULL TEXT: FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement. (ii)Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This announcement will close at 4:00 PM, local time, on March 10, 2010. Oral communications are not acceptable in response to this notice. The point of contact is Ms. Veronica Rodriguez, Purchasing Agent who can be reached at 928-343-8266. Offerors shall submit their quotes either via the issued RFQ, Email to vrodriguez@usbr.gov or facsimile, 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/878827e2806735987318605d14bcfc65)
 
Place of Performance
Address: Yuma, AZ
Zip Code: 85365
 
Record
SN02081525-W 20100305/100303234545-878827e2806735987318605d14bcfc65 (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.