Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

43 -- New York, N.Y.- Brand Name or Equal to Taco Pump Model #TA0838

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1940100756
 
Response Due
4/23/2010
 
Archive Date
4/13/2011
 
Point of Contact
Yeny A. Reyes Contract Specialist 2123633206120 Yeny_Reyes@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
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; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. This solicitation is a total small business set-aside, NAICS 3333911, Pump and Pumping Equipment Manufacturing with a small business size standard of 500 employees. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and technical factors considered. Statute of Liberty N.M./Liberty Island has a requirement/need for 2 (each) Brand Name or Equal to Taco Pump Model #TA0838. It is essential that this main pump be compatible with the Statue of Liberty National Monument's existing HVAC System. Salient Physical, Functional and performance characteristics of the brand name item (Taco Pum Model #TA0838) that the "equal" must meet: 10 hp, frame size: 256 T, 230/460 V, 3 phase, 1725 RPM, shall provide 200 gpm@90 ft TDH,4 inch flanged inlet connection and 3 inch flanged discharge connection, Clockwise (CW) Rotation.The pump shall be single stage double suction horizontally split design.The bearings shall be serviceable without disturbing the piping connections.The pump flanges shall be drilled or match the existing piping.Pump volute shall be foot mounted.The impeller shall be ASTM B 584-836/875 bronze and hydraulically balanced.The pumps shall be fitted with 2 mechanical seals,with EPT elastomers and carbon.ni-resist faces, rated up to 250 F degrees. the seal must be capable of being externally flushed via a tapping in the pump cover adjacent to the seal cavity.Pumps to be provided with a fully welded, rigid structural steel base. The base shall include closed ends and top openings to allow for grouting. The base shall included a drain pan fabricated from steel with a min. thickness of 0.1875 " and contain 3/4" drain connection. The pump shall be flexibly coupled to a NEMA standard T frame motor. The pump is 49 inches long 23 inches wide flange to flange 21 inches bolt to bolt center. DELIVERY SCHEDULE: Delivery must be made by May 3, 2009. The Contractor shall supply copies of quarry tickets showing the type/description of item, quantity, delivery date and contract number attached to corresponding invoices. LOCATION: Statue of Liberty NM/Ellis Island, Jersey City, N.J. 07305. Documents to be included in quote include; Detailed item description, detailed specifications. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.222-3, Convict Labor; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.219-28 - Post-Award Small Business Program Rerepresentation; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. Also, your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. One invoice must be submitted after completion of delivery. Submit quotes to: Procurement Office, Attn: Yeny Reyes, Statue of Liberty NM / Ellis Island, Jersey City, N.J. 07305 or by FAX to (212) 363-8343 or e-mail to yeny_reyes@nps.gov. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov and https://orca.bpn.gov/. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. Submit your quotes by 23 April 2010 to Yeny Reyes. Quotes and questions may be submitted via e-mail: yeny_reyes@nps.gov; phone number: 212-363-3206 ext 120, Fax:212-363-8343. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1940100756/listing.html)
 
Place of Performance
Address: Statue of Liberty N.M.Ellis Island Receiving OfficeNew York, N.Y. 10004
Zip Code: 10004
 
Record
SN02120100-W 20100415/100413234706-394711a21f129417cdf9755d96e19a53 (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.