Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
SOLICITATION NOTICE

48 -- Tilting Disc Check Valve - Drawings and FAR provision

Notice Date
4/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-15-Q-P0696
 
Archive Date
5/1/2015
 
Point of Contact
Jason C. Brockway, Phone: 3157643252, Brendan P. Smith, Phone: 3157643260
 
E-Mail Address
jason.brockway@dot.gov, brendan.smith@dot.gov
(jason.brockway@dot.gov, brendan.smith@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing No. 14-48 GA SS Drawing No. A-65489 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2014) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL55-15-Q-P0696 is issued as a request for quotation. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The applicable NAICS code is 332911 and the size standard is 500 employees. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. Item No. Description Quantity 1 Fabricate Tilting Disc Check Valve, in accordance with the attached drawings from Henry Pratt Co., the Crane Co. and the following specifications: 16 in. diameter Class 150 Standard Bolt Pattern Meet or exceed al materials indicated Seat and Leakage Testing to be in accordance with AW'WA-Standard C-508 Finish coating to NSF61 approved epoxy suitable for water submersion Color Red Amercoat 370 epoxy 8 mils thick 2 Each The items requested will be manufactured in accordance with the attached drawings: Henry Pratt Co. Drawing No. 14-48 GA SS, labeled Tilted Disc Valve AWWA C508, Model 67125 in addition, the SLSDC specifications provided in Crane Co. Drawing No. A-65489, labeled 16" Cat. No. 23 Tilting Disc Check Valve will be incorporated into the fabrication of this item. Inspection and acceptance shall be two-fold. The vendor will provide their shop drawings at the time that the quotation is submitted for initial approval. Final Inspection and acceptance of the valves shall take place at the Destination. A Technical Point of Contact appointed at the time of contract award will be responsible for technical monitoring, inspecting and accepting offers and the final product. Material substitutions will not be allowed unless approved by the Saint Lawrence Seaway Development Corporation. Corporation review of shop drawings is for the purpose of checking conformance to design concepts, and is not intended to serve as the Vendor's dimensional conformance quality control. The Vendor retains all responsibility for dimensional accuracy. Delivery Terms are FOB Destination to the Saint Lawrence Seaway Development Corporation Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662 no later than July 30, 2015. Partial shipments will not be accepted. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. 52.212-2 Evaluation of Commercial Items (OCT 2014) applies to this acquisition as follows: 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 contract will be awarded in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process. The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.204-7, System for Award Management (Jul 2013); 52.240-16 Commercial and Government Entity Code Reporting (Nov 2014); 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation Representation (Dec 2014); 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) ; 52.222-25 Affirmative Action Compliance (APR 1984); 52.232-39 Unenforceability of Unauthorized OBLIGATIONS ( Jun 2013); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) and 52.204-13, System for Award Management Maintenance (Jul 2013). Response date for receipt of offers/quotes is by 4:30 pm EST, Thursday, April 16, 2015. Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to Jason.brockway@dot.gov. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-15-Q-P0696/listing.html)
 
Place of Performance
Address: Delivery Address:, Saint Lawrence Seaway Development Corporation Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN03686070-W 20150403/150401235341-90cef01ae38e9001d2c7a4c2e895eeeb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.