Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

46 -- SDI Tape for the Yuma Area Office

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office Attn: Dalenna Hessling -- 7301 S. Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R11PS34167
 
Response Due
5/27/2011
 
Archive Date
5/18/2012
 
Point of Contact
Dalenna Hessling Procurement Technician 9283438129 dhessling@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 items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The RFQ number is R11PS34167. This announcement constitutes the only RFQ; quotations are being requested and a written RFQ will not be issued. The Bureau of Reclamation, Yuma Area Office has a requirement to purchase 150 rolls of Millipore Plugging Factor Tape (MPFT). This procurement is 100% set aside for small business concerns. Large businesses are encouraged to submit quotes in the event that responsive small business quotes are not received. The associated North American Industrial Classification System code for this RFQ is 334516, Analytical Laboratory Instrument Manufacturing 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. The Contractor shall furnish the following according to the specifications below: (1.0) The contractor shall provide the MPFT that shall conform to the requirements of this specification. A total of 150 rolls of MPFT are required. The MPFT shall be Millipore catalog number SA1J138H6, HAWP membrane and the rolls will not have backing strips. The MPFT shall be membrane mixed cellulose acetate ester, 1-inch wide by 100 feet long rolls, with no splices. The MPFT shall be wound on a 1-1/4-inch wide by 3-inch diameter schedule 40 PVC pipe. All MPFT rolls shall have a unique serial number attached and be individually wrapped and sealed. The membrane shall be 0.45 micron to meet ASTM Method D4189-95, the Standard Test Method for Silt Density Index (SDI) of water. Each lot number shall pass a BUBBLE POINT test of 30 pounds per square (psi) minimum and 36 psi maximum. Each lot number shall also pass a FLOW RATE test, at 30 psi, of 31 milliliters per minute (mL/min) minimum and 350 mL/min maximum @ 77oF. The MPFT shall be autoclavable and rated to operate at ambient temperatures of 50oF to 120oF. The membrane material shall remain pliable in adverse ambient temperature affects over a 12 month period. MPFT lot number to lot number and sample to sample repeatability of membrane performance shall not exceed + or - 10.0 percent of reading utilizing a standardized water source and ASTM Method D4189-95, the Standard Test Method for SDI of water. MPFT samples shall be provided and available in rolls for evaluation and field testing. (2.0) Contractor Responsibility: The following items are the responsibility of the contractor. Any costs related to these items shall be included in the bid price. (2.1) Backing Strips: The contractor shall furnish an affidavit stating the MPFT rolls will not have backing strips. The affidavits shall be furnished with the RFQ documents. (2.2) Millipore Certification: The contractor shall furnish written certification from Millipore that each lot number of MPFT meets or exceeds requirements of this specification. The certification(s) shall be furnished at the time of delivery of the MPFT. (3.0) Submittals: A copy of the following shall be submitted by the contractor: (3.1) The contractor shall furnish an affidavit stating the MPFT rolls will not have backing strips. The affidavits shall be furnished with the bid documents. (3.2) The contractor shall furnish written certification from Millipore that each lot number of MPFT meets or exceeds requirements of this specification. The certification(s) shall be furnished at the time of delivery of the MPFT. (4.0) Delivery Schedule: Delivery shall be FOB Destination to:Bureau of ReclamationYuma Area Office, Warehouse7301 Calle Agua Salada, Yuma, AZ 85364. All items shall be delivered as soon as possible but not later than 90 days after receipt of award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival. Shipments are only allowed during normal business hours of Monday through Friday, 7:30 a.m. to 3:30 p.m. No shipments shall be made on Federal Holidays. (5.0) Brand Name Justification: This requirement is for the replacement of plugging factor tape utilized for industrial water treatment reverse osmosis (RO) process control. Previous low bid sources resulted in tape failures, inconsistent plugging factor readings, and loss of critical data. Millipore Plugging Factor Tape is the only known tested source to meet the specialized requirements. (6.0) Evaluation Criteria: Award will be made to the lowest responsive, responsible offeror who meets the Government's need. Any questions with regard to this requirement shall be addressed to the Procurement Technician identified elsewhere on the solicitation document. 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 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 RFQ. This RFQ incorporates provisions and clauses in effect through FAC 2005-51. 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 RFQ 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 (Apr 2011) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2011), the referenced clauses: (1) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010), (2) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (3) 52.219-28 Post Award Small Business Program Representation (April 2009), (4) 52.222-3 Convict Labor (June 2003), (5) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (July 2010), (6) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (7) 52.222-26 Equal Opportunity (Mar 2007), (8) 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010), (9) 52.225-1 Buy American Act - Supplies (Feb 2009), (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (11) 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) incorporated by reference, 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2011) Offeror shall include a completed copy of this provision 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. At a minimum, responsible sources shall provide the following: (1) A price quote on letterhead for the requested item(s) along with a description of proposed item; (2) An affidavit stating the MPFT rolls will not have backing strips; (3) Unit Price and Extended Price; (4) Prompt payment terms; (5) Remittance address; (6) Tax I.D. Number, Duns Number, and Cage Code. This announcement will close at 3:00 p.m., local time, on May 27, 2011. The point of contact is Ms. Dalenna Hessling, Procurement Technician, who can be reached at 928-343-8129. Offerors shall submit their quotes via email to dhessling@usbr.gov or facsimile to 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e69314858843f3857f969ad55161c5d)
 
Place of Performance
Address: Unkown
Zip Code: 85364
 
Record
SN02452630-W 20110521/110519234948-3e69314858843f3857f969ad55161c5d (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.