Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

36 -- Replace pumps, motors and valves and components in water and wastewater plants parkwide.PMIS# YELL 25355

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Mammoth Supply Center Bldg 34PO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1576100015
 
Response Due
4/15/2010
 
Archive Date
3/16/2011
 
Point of Contact
Sharon A. Skelton Contract Specialist 3073442077 Sharon_skelton@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
RECOVERYTitle of Project - Replace pumps, motors and valves and components in water and wastewater plants parkwide. PMIS # YELL 25355 Treasury Account Symbol information is as follows:TAS::14 1035::TASNAICS Code: 333911 "THIS PROJECT WILL BE FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA) AND IS SUBJECT TO THE REPORTING REQUIREMENTS OF THE ACT". WASTEWATER DREDGE - PMIS# 25355Yellowstone National Park, WY3/16/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #N1576100015. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 333911; Small business size standard: 500 Employees. The proposed contract is set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is approximately April 7, 2010. Address questions regarding this solicitation to Sharon A. Skelton at sharon_skelton@nps.gov or call Tel# 307-344-2077. This project is funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). In accordance with contract clause 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements, the contractor is required to register in Federalreporting.gov and report certain information as required by the clause. Reports shall be submitted during the first 10 days after the end of each calendar quarter. To assist you in registering and completing the reporting requirements, the following codes are provided:Treasury Account Symbol (TAS): 14 1035Awarding Agency Code: 1443Government Contracting Office Code: 12000Funding Agency Code: 1443NAICS Code: 333911 2) STATEMENT OF WORK: The wastewater dredge is used to move the sludege from the sewer lagoon to the drying beds. This dredge will be used at the Norris Wastewater Plant. This dredge needs to be a Crisafulli Dredge Model ST - 3 OR EQUAL. Dredge must meed the following criteria.Line Item #1:FLUMP, 3 inch, Standard Duty, 4 inch DSCH, 25 HP, 60 inch Cutterhead, J-Series, Steel Pontoons, 18 inch Frame, 10 foot Dredge Depth, Liner Protection Wheels. System Designed for 250 gallons per minute @ 43ft Total Dynamic Head in Clear Water "3 inch J-Series vertical, direct driven, submersible pump"Pump manufactured from heat treated abrasion steel"4 inch discharge"11.25 inch Diameter impeller"10 foot Dredging Depth"12 Gauge Pontoons filled with foam" Wheels and mild carbon steel frame"Overall length 17.5 feet"Width 6.92 feet"Height 4.5 feet"Weight 3,000 lbs"Integral lifting eyes"25 HP, TEFC pump motor, 1150 RPM (460 volt)"Auger/cutterhead, 54 inch wide, directly mounted to pump with liner protection system"7.5 HP electric hydraulic power unit (460 volt)" HP variable speed traversing winch (460 volt)"0.75 HP depth control winch (460 volt)"Auto sequence "210 feet power (10 gauge 4 wire cable (16 gauge 24 wire), type SOW with quick connect plugs"Painted with coal tar epoxy, 2 coats, black "4 inch Irrigation quick couple discharge"3 manuals"Panel Assembly, complete with stand and quick disconnects"Shore panel with control functions for: Traverse (forward/reverse), Traverse (faster/slower), Dredging Depth (raise/lower), Cutterhead (forward/off), Pump (on/off), Run Lights, Traverse limit switches (forward and reverse) "Cord assembly 16 gauge, 24 Cond, SOW, 210 feet long, 24 pin quick connects"Cord assembly 10 gauge, 8 Cond, SOW, 210 feet long, 8 pin, 35A quick disconnects Line Item #28 EACHTubing 4 inch X 5 foot flexible quick couplers, 2 bolt clamps Line Item #37 EACHPipe, Float, 4 inch, Alum-Alum, 15 foot with quick couplers Line Item #41 EACHTraverse System, 4 Post. Manual, 1 Ton, 170 feet long, 70 feet wide, 3/8 inch cable, 6 inch schedule 40 anchor post, 6 foot 6 inch with D-rings"(1) 170 feet Traverse cable, galvanized steel, 5/16 diameter"(5) One Ton Capacity griphoist cable tensioners"(4) 70 feet Lateral cables with hook attached"(1) 30 feet tensioner cable with hook attached"(4) 6 inch schedule 40 anchor posts"(1) Attaching hardware Line Item #51 EACHCover, Waterproof, Rot Proof, UV Resistant, Tie Cord, Reinforced Tie Downs Line Item #62 EACHTubing,, 4 inch X 10 foot, Flexible, Quick Couplers, 2 bolt clamps Price must include set up and training and delivery to Mammoth Hot Springs, Wyoming. Period of Performance: Shall be delivered FOB to Mammoth Hot Springs, WY by September 15, 2010.Delivery: The contractor shall coordinate the exact date and time for delivery with the NPS. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer if they do not have an active listing in ORCA (Online Representations and Certifications). Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.222-50, 52.233-3, 52.233-4, 52.203-6 Alt. I, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, and 52.232-33. ARRA clauses 52.203-15, 52.204-11 and 52.215-2 4) PROPOSAL: Solicitation: N1576100015: Wastewater Dredge, Yellowstone National Park Proposal Due Date: April 15, 2010 @ 2:00 pm Mountain Time Submit to: E-mail: sharon_skelton@nps.gov or Fax: 307-344-2079. DATE: ________________________________________________________________________________________; CONTRACTOR: ____________________________________________________________________________________; ADDRESS: ________________________________________________________________________________________; DUNS Number: ___________________________________________________________________________________; Contact Name: _____________________________________________________________________________________; Phone: ____ ____________________________________________________________________________________; Fax: _ _______________________________________________________________________________________; E-mail:_______________________________________ __________________________________________; Proposal Line Items: Line Item # 1: Wastewater Dredge System, Quantity: 1 LS Unit Price: $ __ _ ; Extended Price: $ __ ; Line Item # 2: Tubing 4" x 5' flexible quick couplers, 2 bolt clamps Quantity: 8 EA Unit Price: $ __ ; Extended Price: $ __ ;Line Item # 3: Pipe, Float, 4", Alum-Alum, 15' w/quick couplersQuantity: 7 EA Unit Price: $ __ ; Extended Price: $ __ ; Line Item # 4: Traverse System, 4 Post.Quantity: 1 EA Unit Price: $_________, Extended Price: $_______________;Line Item # 5: Cover, Waterproof, Rot Proof, UV Resistant, Tie Cord, Reinforced Tie DownsQuantity: 1 EA Unit Price: $_________, Extended Price: $______________;Line Item # 6: Tubing, 4" x 10', Flexible, Quick Couplers, 2 bolt clampsQuantity: 2 EA Unit Price: $_________, Extended Price: $______________; Total Price (line items 1 through 6): $ _____________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1576100015/listing.html)
 
Place of Performance
Address: Yellowstone National ParkYellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02093117-W 20100318/100316234730-bfeb995e41ccb119cfde88de7948ce6e (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.