Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

48 -- Backwaters Control Materials

Notice Date
7/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
7301 Calle Agua Salada, Yuma, AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R16PS00878
 
Response Due
7/8/2016
 
Archive Date
1/4/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is R16PS00878 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 332911 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-08 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yuma, AZ 85364 The DOI BOR Yuma Area Office requires the following items, Meet or Exceed, to the following: LI 001: Backflow Prevention Check Valves - Shall be one-piece elastomer construction of EPDM material; manufactured to slip on over a nominal 36" HDPE corrugated dual-wall pipe (approx. 42" O.D.) and attached by means of 304 or 316 stainless steel mounting bands supplied by the manufacturer; the port area of the valve shall contour to a duckbill, which allows flow in one direction while preventing reverse flow. The duckbill of the valve may be offset so that the bottom line of the valve is flat; shall not have a reducing cuff; shall have a 'cracking pressure' of 1"-2", or less; typical flow range of 0.0 cfs to 20.0 cfs; maximum backflow pressure of 6-feet of water head; withstand air temperatures ranging from 20 to 125 degrees Fahrenheit., 5, EA; LI 002: Fiberglass Reinforced Polymer/Plastic (FRP) Stop Logs, Six (6) inch - Stop logs shall be engineered fiberglass reinforced polymer/plastic (FRP) completely encapsulating an internal steel reinforcing structure (steel shall be encapsulated not less than 1/4" thick on each side); level and flat (warpage throughout entire stop log panel shall not produce a crown exceeding 1/16" in any direction), and deflection across each stop log width shall be limited to: L/360 or 1/4" whichever is less, at a maximum operating head of 6 feet; core material shall be completely resistant to decay and attack by fungus and bacteria; UV stabilizing pigment in the resin to provide long-term protection from UV; elastomeric bottom seals of Neoprene, EPDM, or Hypalon material; maximum allowable leakage shall meet AWWA C563 leakage requirements (max. allowable leakage of stop logs with seating head shall not exceed 0.10 GPM/ft of wetted linear seal area under full design head when installed in manufacturer's guide frames); stainless steel lifting pins that pass completely through the stop log and are fastened with sufficient reinforcing to withstand lifting force; nominal dimensions of six inches (6") in height and three feet (3') in width; with additional dimensions to be determined based upon the performance specifications herein., 36, EA; LI 003: Embedded Stop Log Guide Frames - Guide frames shall be stainless steel, aluminum, and/or FRP, and manufactured to be embedded in concrete (for cast-in-place installation); continuous elastomeric seal on at least one side of the channel. Guide frames shall be of sufficient height to accommodate the placement of twelve six inch (6") high stop logs (approximately six vertical feet); shall be delivered fully assembled and shall be sized to accommodate the stop log dimensions as specified and as required to meet the head rating; guide frames shall be provided by the same manufacturer as the FRP stop logs, and shall be manufactured with a slot suitable for mating with the stop logs., 3, EA; LI 004: Stop Log Lifter - Portable and sized to accommodate the stop logs provided; capable of being lowered into the channels, and easily install or remove the logs under the design heads. Latching and unlatching the stop logs shall be easily accomplished by personnel at the working floor elevation above the stop logs., 1, EA; LI 005: Galvanized Steel Bar Grating - Galvanized steel bar grating panels shall be smooth-surface welded steel type "W" with minimum bearing bar dimensions of 1/8" thick, 1-1/2" high, with max. bar spacing 1-3/16" O.C. (1/8" x 1-1/2" 19W4 Smooth); Square panels shall span 6' x 6'; Steel shall be ASTM A-1011 mild carbon steel with a hot dipped galvanized finish., 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI BOR Yuma Area Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI BOR Yuma Area Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-16, 52.204-18, FAR 52.212-1, FAR 52.212-3, 52.212-4, 52.232-40, 52.242-15, 52.247-34, 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, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-3, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Agreements - Representation (DEVIATION 2015-02), (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. Confidentiality Agreements (DEVIATION 2015-02),(a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment requests" means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: List of required documents will be included at a later date. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Check valves shall be guaranteed for a minimum of one (1) year from date of delivery against any manufacturing defects. The manufacturer shall have a minimum ten (10) years' experience in manufacturing "duckbill" style elastomeric valves. Offeror shall include statement in quote of length of time manufacturing this style of valves. Award will be made to the lowest responsive, responsible offeror who meets the Government's need.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1661610f10b7f3cbe02141f778b45031)
 
Place of Performance
Address: Yuma, AZ 85364
Zip Code: 85364
 
Record
SN04169754-W 20160703/160701234128-1661610f10b7f3cbe02141f778b45031 (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.