Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

43 -- Manufacture and Delivery -4 Vertical Turbine Pump

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R16PS01095
 
Response Due
8/16/2016
 
Archive Date
8/31/2016
 
Point of Contact
Bailey, Elizabeth
 
Small Business Set-Aside
Total Small Business
 
Description
R16PS01095 - Combined Synopsis/Solicitation 4 Vertical Turbine Pumps with Electric Motors (i) 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. This announcement constitutes the only solicitation package. No other information or package will be posted on this requirement. FOB Destination Price Quotes are being solicited. Offerors are required to submit a technical proposal along with their price quote that clearly addresses the evaluation factors required under Contract Clause 52.212-02-Evaluation Commercial Items. A written solicitation will not be issued. (ii) Solicitation No. R16PS01095 is being issued as a Request for Proposals (RFP). One award is anticipated on this requirement. (iii) This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular number 2005-88, dated 06/15/2016. (iv) This requirement is being solicited as a 100% total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 333911-Pumps & Pumping Equipment Manufacturing. The small business size standard for NAICS Code is 750 employees. (v) Offerors are to provide their FOB Destination Pricing on Attachment 2-Price Schedule. This is a onetime requirement so there are no Option Terms. (vi) The Bureau of Reclamation (Reclamation), Lower Colorado Region (LCR) has a requirement for four (4) Vertical Turbine Pumps with Electric Motor for use at the Cibola Refuge. The pumps offered must meet or exceed the specifications found in Attachment 1- Specification for Turbine Pumps & Motor Systems. If you are unable to download the attachments, please contact the Contract Specialist. (vii) Performance will begin on or about October 1, 2016. All required end items must be delivered on or before 90 days after date of award. All line items and required submittals (see Attachment 1 - Specification for Turbine Pumps & Motor Systems- paragraph 3.1) shall be delivered on an FOB Destination basis to Bureau of Reclamation, Yuma Area Office, Warehouse/Receiving, 7301 Calle Agua Salada, Yuma, AZ 85364-9763. The successful offeror must contact the Contracting Officer ¿s Representative at least 10 days before delivery to set up a time and date. Contact information will be provided on the award document. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition along with the following addendum: General Proposal Instructions Each offeror shall submit a proposal in accordance with the instructions contained in this provision. Offerors are solely responsible for all costs associated with their quote. (a) General. The technical submittal shall be an orderly, specific, and complete document in every detail. It should be presented in a manner which allows it to "stand alone" without the need to reference other documents. It should convincingly describe the capability of the offeror's organization to participate in this acquisition and effectively demonstrate a thorough understanding of the specifications contained in Attachment 1 - Specification for Turbine Pumps & Motor Systems. The proposal shall be organized and written so that it can be easily read evaluated by Reclamation personnel. It should be a coherent document free of internal inconsistencies. (b) Use and Disclosure of Proposal Information. In accordance with the Use and Disclosure of Proposal Information -- Department of the Interior provision of this solicitation, offerors shall mark trade secret or confidential commercial or financial information contained in the proposal with the restrictive legends specified. The offeror shall also clearly and separately mark all proprietary information (as defined in FAR 3.104-3) contained in the proposal with the restrictive legend "Proprietary Information." (c) Format and Content. The price proposal and technical proposal shall be submitted as separate volumes. Offerors shall provide an original, plus 3 copies of their price proposal and an original and 3 copies of their technical proposal. Only 1 copy of Certifications & Representations is required. Proposals should not be submitted in spiral bound or plastic binders, two sided printing on recycled paper with a staple or clip is preferable. (d) Offerors must address the following evaluation criteria in their proposal: Factor 1: Compliance with Specification Requirements Evaluation criteria: Offeror's proposal must demonstrate that the products being offered meet or exceed all of the performance and design specification requirements. Offerors must provide Product literature / specification sheets for all products offered. Acceptability Standard: Product literature / specification sheets clearly reflect that products offered meet or exceed all performance and design specification requirements. Factor 2: Experience Evaluation criteria: Offeror or offeror's subcontractor must possesses the necessary key personnel, manufacturing facility, product expertise and show experience performing on at least 2 contracts manufacturing and/ or delivering comparable items to those required in the specification. Acceptability Standard: Information provided demonstrates manufacturing experience / expertise in the last three years (3) years performing on at least 2 contracts under which comparable supplies were manufactured and/or supplied. Factor 3: Past Performance Evaluation criteria: The offeror's past performance record demonstrates satisfactory performance on contracts (in the past 3 years) under which comparable supplies were manufactured and/or supplied. Sub factors: a. Delivery b. Quality and Commitment to Customer Satisfaction Acceptability Standard: Quality supplies comparable to those required in the specification were provided in the past 3 years on time with no customer quality complaints. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available; a Neutral rating will be assigned. Offerors are encouraged to submit past performance information on projects where they performed work as subcontractors or as part of a team or joint-venture as well as on work where they performed as the prime contractor. Also, if you intend to use a partner arrangement and / or a subcontractor to perform on this work, past performance information should be submitted for them as well. Offerors shall specifically identify in their proposal any past performance shown that is attributed to current or to prospective employees and or subcontractors.) The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) http://www.fai.gov/FAPIIS/trailer/module.htm will be utilized as well. (ix) FAR provision at 52.212-2, Evaluation - Commercial Items is not applicable. Reclamation Clause 1452.215-88-Factors for Award-Lowest Price Technically Acceptable Source Selection Process will be used. It is the Government's intent to make one firm fixed price award to the responsible offeror whose proposal is the lowest price after determining technically acceptability. (Note: The standards for Acceptability are found under (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items.) Technical Proposals will be evaluated on the following non-price factors; 1.Compliance with Specification Requirements 2.Experience 3.Past Performance Price is factor 4. Pricing will be evaluated for price reasonableness. The Government shall conduct an evaluation on the offeror's Technical Proposal using the three non-price technical factors stated above, assigning a rating of Acceptable or Unacceptable. There shall be no trade-offs. Past performance shall be evaluated in accordance with FAR 15.305; however there shall be no comparative assessment of offerors ¿ past performance. If the Contracting Officer determines that a small business ¿ past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in FAR Subpart 19.6 and 15 U.S.C. 637(b)(7). If a proposal is determined by the Contracting Officer to be "technically unacceptable", the Contracting Officer reserves the right to hold discussions if in the opinion of the Contracting Officer a deficiency can be corrected with discussions and that discussions will be in the Government's Best Interest. Award shall be made to the lowest price technically acceptable proposal provided that the offered pricing is determined fair and reasonable. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. Offeror must be active in SAM. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-06, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-06, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-03, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-05, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) 52.204-13, System for Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.232-40, Providing Accelerated Payment to Small Business Subcontracts 52.242-15, Stop-Work Order 52.212-02, Clauses/Provisions Incorporated by Reference 52.252-06, Authorized Deviations in Clauses 1452.237-80, Security Requirements-Bureau of Reclamation Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) Contractor Performance Assessment Reporting System Authorities & Deligations (xiv) Not applicable (xv) Offers are due on or before August 16, 2016, by 3:00 P.M., PDT. Responsible offerors are requested to submit a price quote and proposal for this requirement. Offers shall mail their technical proposals and price quotes to the attention of Liz Bailey, Contract Specialist and clearly marked on the outside package the Solicitation No. R16PS01095. Mailed proposals can be sent to Bureau of Reclamation, P. O. Box 61470, Boulder City, NV 89006-1470 (Building 1400 /201-B). Electronic proposals are not authorized. We must have paper copies. If you have questions please contact Liz Bailey at eebailey@usbr.gov or call at 702-293-8460. (xvi) The Point of Contact for this solicitation is Elizabeth Bailey. She may be reached via e-mail at eebailey@usbr.gov, or by phone at 702-293-8460. All questions on this requirement must be submitted in writing on or before 3:00 P.M. on August 5, 2016. All questions received and answers provided will be posted as an Amendment to this solicitation on or before August 10, 2016. If no questions are received, an Amendment will not be posted with questions and answers. However, an Amendments may be posted for other changes to this solicitation so please check FedBizOpps and FedConnect for updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f6691cb6b95f5c1cbee4c58bec7f963)
 
Record
SN04179175-W 20160714/160712234723-3f6691cb6b95f5c1cbee4c58bec7f963 (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.