Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

43 -- RECOVERY - Multi Species Conservation Program (MSCP), Solar Aeration System, Native Fish Habitat Expansion, Project No. 23.000, TAS::14 0681::TAS

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30R40
 
Response Due
3/24/2010
 
Archive Date
3/19/2011
 
Point of Contact
Meagan R. Fyffe Supv. Contract Specialist 7022938552 mfyffe@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
The Bureau of Reclamation Lower Colorado Region Multi Species Conservation Program (MSCP), has a requirement for solar-powered pond aeration systems. This project will be partially or wholly funded from the American Recovery and Reinvestment Act of 2009 (ARRA). Please be advised that the Awardee will be subject to Section 1512(c) of ARRA, which requires that each contractor report on its ARRA funds under the awarded contract. These reports will be made available to the public. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 333911 Pump and Compressor Manufacturing. The small business size standard for NAICS Code 333911 is 500 employees. Line item 0001 is for solar-powered pond aeration systems for the Bureau of Reclamation Lower Colorado Region. Please see the RFQ for more detail. Delivery will be to the Bureau of Reclamation, Lower Colorado Regional Office, 500 Fir Street, Boulder City, NV 89005. Determination of award will be based on the lowest priced technically acceptable (LPTA), responsive quotation from a responsible offeror. This will be a firm-fixed-price contract (purchase order). The following are the evaluation factors that establish the requirements of acceptability for this solicitation: 1) The solar-powered pond aeration system must be able to aerate a pond of at 3 acres in area2) The solar-powered pond aeration system must be able to operate up to 20 hours per day in 120-degree-fahrenheit temperatures3) The solar-powered pond aeration system must include 2 ea. 125-watt solar panels, a battery back-up system, a brushless DC compressor, a wiring harness, a charge control center, a 12/24 volt converter, 300 feet of self-weighted tubing, a programmable digital timer, 3 ea. self-cleaning, non-clogging membrane diffusers, a UV-resistant storage cabinet, and an operation manual The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors. In other words, a vendor's quotation will be evaluated on a pass/fail basis against each of the criteria listed above. Quotations must demonstrate that vendors meet all of the criteria before being considered for award. Of the vendors who meet all of the criteria, the vendor with the lowest-priced quotation will receive the award. The following clauses and provisions are applicable to this commercial item acquisition: FAR provision 52.212-1, Instructions to Offerors - Commercial Items FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include in their offers completed copies of the FAR provision 52.212-3 or indicate completion of the applicable Online Representations and Certifications Application (ORCA). Offerors may complete the annual representations and certifications application online at https://orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items FAR clause 52.212-5 Alternate II, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items. Specific FAR clauses included in the 52.212-5 that are applicable to this ARRA project requirement include: 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 and 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements (March 2010 Deviation). Additional contract requirements include the following clauses and provisions: FAR clause 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the GovernmentFAR clause 52.219-6, Notice of Total Small Business Set-AsideFAR clause 52.219-28, Post Award Small Business Program RepresentationsFAR clause 52.222-3, Convict LaborFAR clause 52.222-19, Child Labor - Cooperation with Authorities and RemediesFAR clause 52.222-21, Prohibition of Segregated FacilitiesFAR clause 52.222-26, Equal OpportunityFAR clause 52.222-36, Affirmative Action for Workers with DisabilitiesFAR clause 52.222-50, Combating Trafficking in PersonsFAR clause 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade ActFAR clause 52.225-13, Restrictions on Certain Foreign PurchasesFAR clause 52.232-33, Payment by Electronic Funds Transfer - Central Contractor RegistrationFAR clause 52.233-3, Protest After AwardFAR clause 52.233-4, Applicable Laws for Breach of Contract ClaimDIAR provision 1452.215-71, Use and Disclosure of Proposal InformationDIAR provision 1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child LaborDIAR clause 1452.237-80, Security Requirements Responsible offerors are requested to submit a quotation for this requirement. Offers may be submitted electronically through FedBizOpps (https://www.fbo.gov), to David Kent via email at dkent@usbr.gov, or by fax to 702.293.8499, ATTN: David Kent. To facilitate electronic quotation submissions through FedBizOpps, a request for quotation (No. R10PS30R40) is being issued subsequent to this combined solicitation/synopsis. Offers are due no later than 4:00 p.m. PDT, Wednesday, March 24th, 2010. For more information, please contact Meagan Fyffe at 702.293.8552.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10932f8efb9eff42ee23caa26f45691f)
 
Place of Performance
Address: Lower Colorado Regional Office500 Fir StreetBoulder City, NV
Zip Code: 89005
 
Record
SN02097213-W 20100321/100319234536-10932f8efb9eff42ee23caa26f45691f (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.