Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
MODIFICATION

54 -- Left Grouting and Inspection Tunnel Paneling, Yellowtail Unit-Montana, Pick-Sloan Missouri Basin Project.

Notice Date
2/8/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R12PS60122
 
Response Due
2/24/2012
 
Archive Date
2/7/2013
 
Point of Contact
Vaschelle LaForge Contracting Officer 4062477812 ;
 
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 announcement is a modification of a previously announced procurement action. SOLICITATION REVISION/ADDITION/CLARIFICATION: 1)Fabricator is not required to drill any holes. Yellowtail staff will be drilling all the mounting holes on-site. 2)The 3" x 1" corrugations shall be across the 22.5" width dimension and run the length of the panel. The quotes due date remains the same. Quotes are due via email to vlaforge@usbr.gov or fax to 406-247-7898, attention Vaschelle LaForge no later than 4:00 pm (MST) on Friday, February 24, 2012. The offeror shall provide a proposed delivery date after receipt of order with their quote which will be evaluated in accordance with 52.212-2 - Evaluation - Commercial Items.____________________________________________________________________________________________ This is a combined/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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 posted. Solicitation Number R12PS60122 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. This solicitation is being issued as a small business set-aside under the North American Industry Classification System (NAICS) code 332999, All Other Misc. Fab. Metal Prod. Mfging. The applicable size standard is 500 employees. The resulting purchase order will be a firm-fixed price type. Line Item No. 1: LEFT GROUTING AND INSPECTION TUNNEL PANELING IN ACCORDANCE WITH THE FOLLOWING SCOPE OF WORK: GENERALMEASUREMENT AND PAYMENTFabricate and Furnish metalwork:Payment: lump sum price offered. REFERENCESAmerican Society of Testing Materials International (ASTM)ASTM A153 Carbon Steel Bolts and Studs, 60,000 PSI Tensile StrengthASTM A307Carbon Steel Bolts and Studs, 60,000 PSI Tensile StrengthASTM A653Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip ProcessASTM A563Carbon and Alloy Steel NutsASTM A760Corrugated Steel Pipe, Metallic-Coated for Sewers and DrainsASTM F844Washers, Steel, Plain (Flat), Unhardened for General Use DESCRIPTION OF THE WORKFurnish 225, ten (10) gage, 4.5-foot long by 22.5-inches wide galvanized metal panels having 3-inch by 1-inch corrugations and deliver metalwork to the powerhouse at Yellowtail Dam. Scope includes the bolts, hex nuts, and washers as required for the erection of the metal framework as specified below:5/16" x 1" galvanized bolts: 200 ea.5/16" x 1-1/4" galvanized bolts: 200 ea.5/16" x 1-1/2" galvanized bolts: 200 ea.5/16" x 2" galvanized bolts: 100 ea.5/16" galvanized hex nuts: 700 ea.Galvanized washers: 1400 ea. PRODUCTSDELIVERY STORAGE AND HANDLINGProtect from corrosion, deformation, and other types of damage.Store items in an enclosed area free from contact with soil and weather.The offeror shall provide a proposed delivery date after receipt of order with their quote which will be evaluated in accordance with 52.212-2 - Evaluation - Commercial Items. Delivery shall be, FOB Destination, at the Bureau of Reclamation, Yellowtail Field Office, 2 Ave. B, Fort Smith, Montana 59501. MATERIALSCorrugated metal panels. - All steel for the ten (10) gage corrugated metal panels shall be manufactured according to ASTM A653 and ASTM A 760 for corrugations. The hot dip galvanized coating shall have a coating designation of G210 in accordance with ASTM A653. Galvanizing process shall be completed after all cutting has been completed.Galvanized Bolts. - All bolts furnished for the erection work shall be in accordance with ASTM A 307. The length of bolt threads shall be according to ANSI B18.2.1. Threads shall be class 2A free fit, American National coarse-thread series.Galvanized Nuts - ASTM A 563.Galvanized Washers - ASTM F844.All fasteners shall be galvanized in accordance with ASTM A153.All work shall be equal to the best modern practice in the manufacture and fabrication of materials of the type covered by this scope of work, notwithstanding any omissions from this scope of work. Fabrication of metalwork shall be according to AISC's "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings," and the requirements of this scope of work. Plates shall be saw cut and burrs or sharp edges shall be removed. Shearing and cutting of plates by torch or electric arc is permissible but shall be performed accurately, and all edges shall be ground smooth and finished neatly. After fabrication, all materials shall be straight and true and free from kinks, twists, or warps. If straightening is necessary, it shall be done by methods that will not injure the metal. EXECUTIONMATERIALS AND WORKMANSHIP Materials. -All materials furnished by the Manufacturer shall be new and of the most suitable grade for the purpose intended considering strength, ductility, durability, and best engineering practice.Except as specified, materials shall conform to Federal Specifications or standards, or, if there are no applicable Federal Specifications or Standards, materials shall conform to the specifications or standards of ANSI (American National Standards Institute), ASTM (American Society for Testing and Materials), ASME (American Society of Mechanical Engineers), or other nationally recognized standard's organization. If the Contractor proposes to deviate from, or to use materials not covered by the aforementioned specifications and standards, the Contractor shall submit to the Contracting Officer, for approval, the justification for the exact nature of the deviation, and complete specifications for the materials proposed for use.Workmanship. - The Manufacturer shall be responsible for the accurate manufacture and fabrication of materials according to best modern practice and the requirements of this scope of work, notwithstanding minor errors or omissions therein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-55. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS52.204-7 - Central Contractor Registration52.212-1 - Instructions to Offerors - Commercial Items52.212-2 - Evaluation - Commercial Items states "(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: DELIVERY TIMEFRAME AND PRICE. (b) The above factors are listed in order of importance. Delivery Timeframe is more important than price. (c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award".52.212-3 - Offeror Representations and Certifications - Commercial Items states "An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision."Offerors may download the complete provision at website www.acquisition.gov/far.52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 525.222-19; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3 Alternate I Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Offerors may download the complete provision at website www.acquisition.gov/far. DEPARTMENT OF INTERIOR ACQUISITION REGULATION1452.215-71 - Use and Disclosure of Proposal Information RECLAMATION ACQUISITION REGULATIONWBR 1452.211-80 Notice of Intent to Acquire Metric Products and ServicesWBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement EvaluationsWBR 1452.237-80 Security Requirements Quotes are due via email to vlaforge@usbr.gov or fax to 406-247-7898, attention Vaschelle LaForge no later than 4:00 pm (MST) on Friday, February 24, 2012. The offeror shall provide a proposed delivery date after receipt of order with their quote which will be evaluated in accordance with 52.212-2 - Evaluation - Commercial Items above. Point of Contact: Vaschelle LaForge - 406-247-7812, vlaforge@usbr.gov. For further information, vendors may contact Christine Mundt cmundt@usbr.gov or at (406) 247-7805. NOTE 1 - CCR: Effective October 1, 2003, any contractor interested in doing business with the federal government must be actively registered in the Central Contractor Registration. Contractors may register at http://www.ccr.gov. NOTE 2 - ORCA: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the government must complete their representations and certifications online. All representations and certifications, which use to appear in Section K, are now located online. To complete the online representations and certifications, contractors shall register in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c21a5f5bea6b8b838f8c66adeed72786)
 
Place of Performance
Address: Delivery shall be made to the Bureau of Reclamation, Yellowtail Field Office, 2 Ave. B, Fort Smith, Montana 59501
Zip Code: 59501
 
Record
SN02670051-W 20120210/120208234457-c21a5f5bea6b8b838f8c66adeed72786 (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.