Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

43 -- Provide and Install Fuel Dispensers

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MORU - NEKOTA MABO 24290 Doane Mt Rd Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q1543100099
 
Response Due
9/17/2010
 
Archive Date
9/7/2011
 
Point of Contact
Brian Peck Purchasing Agent 6055743132 Brian_L_Peck@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
The Department of Interior, National Park Service is soliciting offers to provide and install fuel dispensers at Theodore Roosevelt National Park, North Dakota. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) in accordance with FAR Part 12 (Acquisition of Commercial Items). The solicitation number is Q1543100099. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 333913, and business size standard is 500 employees. This acquisition open to large and small businesses alike. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) Systems. The government will award a firm fixed-price contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, is the lowest price. 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. The government may elect to award without discussions. DESCRIPTION: 1.LOCATIONS a.South Unit of Theodore Roosevelt National Park: (315 2nd Avenue) Medora, ND 58645b.North Unit of Theodore Roosevelt National Park: (207 Maintenance Way) Watford City, ND 58854 2.PROJECT DESCRIPTION/SCOPE OF WORK a.The work of this project consists of furnishing and installing four new individual fleet fueling pumps, two suitable for diesel fuel and two for gasoline. Work includes connections to existing wiring and related components needed to properly operate the new pumps, new pulse outputs, meters, controls, and all required fittings, piping and connections to the existing fuel tanks and or existing supply lines. All hoses, breakaway fittings and nozzles for the vehicle dispensing side of the new pumps will also be replaced with new.b.All new pumps and related equipment must be compatible and work cohesively with the existing Syn-Tech Fuel Master Plus (FMU-2550) computerized fleet data collection system and Veeder Root TLS 300 Fuel Monitoring System.c.Provide all mounting materials, fasteners, connectors needed for new installation and dispose of existing replaced equipment and materials at approved landfill and or recycling facility. All materials that can be will be recycled. These two systems are a part of the fuel dispensing operations at the North and South Units of the park. 3.MATERIALS a.South Unit: i.Provide and install one each electronic gasoline pedestal suction /dispensing pump capable of delivering 22gpm or more per minute and be within a weather proof enclosure. Unit will be single product, single hose (3/4" or 1"), and 1 horsepower electric direct drive positive displacement rotary vane pump/motor with meter. Fluid dispensing pump shall be self priming. Enclosure structure must include exterior area light, display heater and pulser, gallons total meter and single fill meter. Body and frame of enclosure must be galvanized steel and enclosures must have fully removable doors for easy repair access. Access doors must lock with key for security purposes. (GASBOY Model 9853K or equivalent) Pump must incorporate an integrated air separator. Pump unit enclosure assembly must include one spin-on style internal filter.ii.Provide and install one each electronic diesel pedestal suction /dispensing pump capable of delivering 22gpm or more per minute and be within a weather proof enclosure. Unit will be single product, single hose (3/4" or 1"), and 1 horsepower electric direct drive positive displacement rotary vane pump/motor with meter. Fluid dispensing pump shall be self priming. Enclosure structure must include exterior area light, display heater and pulser, gallons total meter and single fill meter. Body and frame of enclosure must be galvanized steel and enclosures must have fully removable doors for easy repair access. Access doors must lock with key for security purposes. (GASBOY Model 9853K or equivalent) Pump must incorporate an integrated air separator. Pump unit enclosure assembly must include one spin-on style internal filter. b.North Unit: i.Provide and install one each electronic gasoline tank mounted explosion proof, suction style, direct drive, positive displacement motor /dispensing pumps combination unit capable of delivering 17gpm or more per minute. Unit will be single product, single hose (3/4" or 1"), 1/3 horsepower electric drive motor with total gallons pumped meter and single fill gallons total meter. Unit must include cabinet, totals meter, single fill meter and pulse output to interface with existing Fuel master and Veeder Root Monitoring systems. (Fill-rite Model FR702 Cabinet style (pump) or equivalent)ii.Provide and install one each electronic diesel tank mounted explosion proof, suction style, direct drive, positive displacement motor /dispensing pumps combination unit capable of delivering 17gpm or more per minute. Unit will be single product, single hose (3/4" or 1"), 1/3 horsepower electric drive motor with total gallons pumped meter and single fill gallons total meter. Unit must include cabinet, totals meter, single fill meter and pulse output to interface with existing Fuel master and Veeder Root Monitoring systems. (Fill-rite Model FR702 Cabinet style (pump) or equivalent) 4.CONNECTIONS Provide and install all appropriate equipment and materials for complete, functional and accurate systems. Provide and install necessary piping, fasteners, and sealants, wiring and related materials for a complete job at the conclusion of the project. Vendor must provide all work and equipment needed so new fuel pumps work accurately and seamlessly with existing Fuel Master fuel tracking/dispensing program and with existing Veeder Root tank monitoring systems. All work to be done shall be by capable trade's workers to include a licensed electrician for electrical work. All connections to the existing Veeder Root TLS 300 Monitoring Systems and Fuel Master Data Tracking Systems must be completed properly so as to protect these entire systems and their included components from damage and to ensure both work properly upon completion of the project. 5.INSTALLATION OF FOUR PUMPS, METERS, PULSERS, CABINETS, HOSES AND NOZZLES a.Provide sealants, gaskets and other required materials to make needed connections according to all included suppliers' specifications and work practices. b.All included equipment and materials to meet requirements of UL and NFPA and other applicable standards.c.Protect all equipment and materials from scratches or other damage during installation.d.Fuel Pump Accessories: Must work with Syn-Tech Fuel Master Plus Unit (FMU-2550) and Veeder Root TLS 300 Monitoring Systems. Contractor must install, program and calibrate new pump units and Interface to existing Fuel Master and Veeder Root systems.e.Install new equipment in same footprint location and ports as existing units.f.Verify pump operation and dispensing unit calibrations are accurate and no leaks exist at completion of project. Provide keys as needed for two required lockable cabinets. Pump meter accuracy must be +- 1%. 6.SUBMITTALS a.Dispensing Pumps, pump enclosures, fill hoses and break-away fittings and fuel auto shut-off nozzles. Submit manufacturer's literature and installation instructions for fuel dispensing pumps.b.As-built operation and maintenance data if wiring schematic or other changes are made.c.Manufacturer's operation and maintenance data for all fuel pumps and equipment upon close-out of project. 7.DEMONSTRATION AND PROJECT CLOSEOUT a.Provide operational instructions to COR and staff as designated by park Chief of Maintenance.b.Keep work areas clean during project and upon completion of required work, remove old equipment from NPS site. PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are available on the internet at: https://www.acquisition.gov/far/ and they will be incorporated into final contract award documents as appropriate. FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certification Commercial Items; FAR 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; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.219-06 Notice Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222.21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.225-1 Buy American Act; FAR 52.225.13 Restrictions on Certain Foreign Purchases; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment; FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.204-3 Taxpayer Identification; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.243-1 Changes-Fixed-Price; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price); FAR 52.249-8 Default (Fixed-Price Supply and Service). North Dakota Wage Determination No.: ND100006 07/23/2010 ND6 is applicable to this solicitation and resulting award. The Wage Determination is available at http://www.wdol.gov/. Use the following format to submit quotes: Materials $_____________ Labor $_____________ Total $_____________ Submit quotes and questions via email or fax to Brian Peck, Purchasing Agent, National Park Service, Midwest Regional Office/NEKOTA MABO, email: BRIAN_L_PECK@NPS.GOV; fax: 605-574-9077; phone: 605-574-3132. All questions must be submitted in writing via email or fax. Questions must be received at least 3 days prior to the close date. This solicitation will close at 1:00 PM Mountain Time, on September 17, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1543100099/listing.html)
 
Place of Performance
Address: South Unit of Theodore Roosevelt National Park: (315 2nd Avenue) Medora, ND 58645; North Unit of Theodore Roosevelt National Park: (207 Maintenance Way) Watford City, ND 58854
Zip Code: 58854
 
Record
SN02270993-W 20100909/100908063330-a9cd76df300c7212a3d2bdb7d93e10b9 (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.