Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

30 -- Brake Linings

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
336340 — Motor Vehicle Brake System Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS01249
 
Archive Date
8/4/2016
 
Point of Contact
Michael Moffett, Phone: 208-383-2223
 
E-Mail Address
mmoffett@usbr.gov
(mmoffett@usbr.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation Number is P16PS01249 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. The FAC is available at https://www.acquisition.gov/FAR. This is a small business set- aside under NAICS Code 336340, Miscellaneous Power Transmission Equipment with a small business size standard of 1,250 employees. The Bureau of Reclamation (BOR) has a requirement for brake linings for electric generators. This combined synopsis/solicitation will result in a firm fixed-price purchase order. All cost to supply and deliver the products shall be included in quoted price. Determination of award will be based on lowest price, technically acceptable. Deliveries shall be FOB Destination to the following address: Bureau of Reclamation Grand Coulee Power Office Hwy 155, Warehouse B - Door 6 Grand Coulee, WA 99133 CLIN 00010: Lining, Brake - 60 Each, Unit Price: tiny_mce_marker________ Total: tiny_mce_marker______________ See specifications below for details. The following clauses and provisions are applicable to this commercial item acquisition: Offers are due Monday, July 18, 2016 by 0900 M.T. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to mmoffett@usbr.gov. All quotes submitted shall include pricing information. Faxed or hard copy quotations will NOT be accepted. Confirmation of receipt of quotes sent via email is the sole responsibility of the Contractor. ANY QUESTIONS REGARDING THIS ACQUISITION MUST BE SUBMITTED IN WRITING (via email) to Michael T. Moffett at mmoffett@usbr.gov or Misty Gates at mgates@usbr.gov by no later 1200 M.T., July 13th, 2016. The following clauses and provisions are applicable to this commercial item acquisition: CLAUSES 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/ and DOI clauses - http://farsite.hill.af.mil/vfdiara.htm. 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal 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. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18, Commercial and Government Entity Code Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-21, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop Work Order Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP)(APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment request' 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: *PORTABLE DOCUMENT FORMATTED (PDF) COPY OF THE FOLLOWING ITEMS: **Invoice emailed to Contract Specialist The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at mmoffett@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. 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 SAM) 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.   PROVISIONS 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions - https://www.acquisition.gov/far/ and DOI Provisions - http://farsite.hill.af.mil/vfdiara.htm. 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of the Interior Acquisition Regulation (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-02) (FEB 2015) (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. 52.204-16, Commercial and Government Entity Code Reporting (a) Definition. As used in this provision - "Commercial and Government Entity (CAGE) code" means - (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as an NCAGE code. (b) The Offeror shall enter its CAGE code in its offer with its name and address or otherwise include it prominently in its proposal. The CAGE code entered must be for that name and address. Enter "CAGE" before the number. The CAGE code is required prior to award. (c) CAGE codes may be obtained via- (1) Registration in the System for Award Management (SAM) at www.sam.gov. If the Offeror is located in the United States or its outlying areas and does not already have a CAGE code assigned, the DLA Contractor and Government Entity (CAGE) Branch will assign a CAGE code as a part of the SAM registration process. SAM registrants located outside the United States and its outlying areas shall obtain a NCAGE code prior to registration in SAM (see paragraph (c)(3) of this provision). (2) The DLA Contractor and Government Entity (CAGE) Branch. If registration in SAM is not required for the subject procurement, and the offeror does not otherwise register in SAM, an offeror located in the United States or its outlying areas may request that a CAGE code be assigned by submitting a request at http://www.dlis.dla.mil/cage_welcome.asp. (3) The appropriate country codification bureau. Entities located outside the United States and its outlying areas may obtain an NCAGE code by contacting the Codification Bureau in the foreign entity's country if that country is a member of NATO or a sponsored nation. NCAGE codes may be obtained from the NSPA if the foreign entity's country is not a member of NATO or a sponsored nation. Points of contact for codification bureaus and NSPA, as well as additional information on obtaining NCAGE codes, are available at http://www.dlis.dla.mil/nato/ObtainCAGE.asp. (d) Additional guidance for establishing and maintaining CAGE codes is available at http://www.dlis.dla.mil/cage_welcome.asp. (e) When a CAGE Code is required for the immediate owner and/or the highest-level owner by 52.204-17 or 52.212-3(p), the Offeror shall obtain the respective CAGE Code from that entity to supply the CAGE Code to the Government. (f) Do not delay submission of the offer pending receipt of a CAGE code. 52.212-1, Instructions to Offerors - Commercial items Addendum to 52.212-1 a. This addendum replaces the term "offer" with "quote" within the provision at 52.212-1. ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors (a) Definitions. IRCA - Immigration Reform and Control Act of 1986 INA - Immigration and Nationality Act INS - Immigration and Naturalization Service SSA - Social Security Administration INS SAVE Program - The INS Systematic Alien Verification for Entitlements Program ESA - Employment Standards Administration (Department of Labor) (a) Authority. Immigration Reform and Control Act of 1986 (8 USC 1101 as amended) and the Immigration and Nationality Act, Section 274A. (b) Who is Covered. INA includes provisions addressing employment eligibility, employment verification, and nondiscrimination. These provisions apply to all employers, including government contractors. (c) Basic Provisions/Requirements. Under IRCA, employers may hire only persons who may legally work in the U.S., i.e., citizens and nationals of the U.S. and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). Employers must keep each I-9 on file for at least three years, or one year after employment ends, whichever is longer. Detailed guidance on the I-9 is available at the INS web site: http://www.uscis.gov/i-9. (d) Employment Verification Pilot Programs. The INS and the SSA are conducting the following programs that provide employers a way to confirm the employment eligibility of their newly hired employees. Any employer located in a pilot state may volunteer to participate in a pilot program. If employers are not located in a pilot state, they would verify employment eligibility by following the procedures currently in place, i.e., by completing Form I-9. (1) The Basic Pilot is a joint pilot being conducted by the INS and SSA in the States of California, Florida, Illinois, Nebraska, New York, and Texas. This pilot involves verification checks of the SSA and INS databases of all newly hired employees, regardless of citizenship. To receive information on the Basic Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981, or write to USINS, SAVE Program, 425 I Street, NW, ULLICO Building 4th Floor, Washington, DC 20536. You may also contact the Social Security Administration by calling (410) 966-1940, or writing to Social Security Administration, Office of Program Benefits Policy, 6401 Security Blvd., 760 Altmeyer, Baltimore, MD 21235. (2) The INS is conducting the Citizen Attestation Pilot in the States of Arizona, Maryland, Massachusetts, Michigan, and Virginia. The Citizen Attestation Pilot permits participating employers to electronically verify the employment eligibility of newly hired alien employees by using a personal computer with a modem. To receive information on the Citizen Attestation Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. Employers may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (3) The INS and the SSA are conducting the Machine-Readable Document Pilot in the State of Iowa. The Machine-Readable Document Pilot is identical to the Basic Pilot in all respects, except for the geographic scope of the pilot and for one additional feature. If an employee presents an Iowa's driver's license or identification card containing a machine-readable SSN, the employer will make an inquiry through the confirmation system by using the machine-readable feature. To receive information on the Machine-Readable Document Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. You may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (e) Employee Rights. The INA protects U.S. citizens and aliens authorized to accept employment in the U.S. from discrimination in hiring or discharge on the basis of national origin and citizenship status. (f) Compliance Assistance. More detailed information, including copies of explanatory brochures and regulatory and interpretative materials, may be obtained from local offices of the Department of Labor's Employment Standards Division, Wage and Hour Division, and the Office of Federal Contract Compliance Programs. (g) Penalties/Sanctions. Employers who fail to complete and/or retain the I-9 forms are subject to penalties. The INS enforces the INA requirements on verification of employment eligibility. The Justice Department enforces the anti-discrimination provisions. As part of their ongoing enforcement efforts, the ESA's Wage and Hour Division and Office of Federal Contract Compliance Programs conduct inspections of the I-9 forms. They report their findings to the INS and to the Department of Justice when they find cases of disparate treatment or unauthorized employment. A debarring official may debar a contractor, based on a determination by the Attorney General of the United States, or designee, that the contractor is not in compliance with the INA. The Attorney General's determination is not reviewable in the debarment proceedings. WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services - Bureau of Reclamation (MAR 1993) (a) Metric Transition Plan. The Department of the Interior on December 6, 1991, issued a Metric Transition Program (Part 758 Department Manual Chapter 1) to establish and describe the program's policies and responsibilities. The Bureau of Reclamation (Reclamation), has developed a Metric Transition Plan to implement metrication in Reclamation. This plan describes Reclamation's overall strategy for using the metric system, defines general requirements and procedures for carrying out the transition, and details the tasks with milestones for Reclamation offices to complete. (b) The Omnibus Trade and Competitiveness Act of 1988 (Trade Act). (1) Section 5164 of Public Law 100-418, the Trade Act, amended the Metric Conversion Act of 1975 and designated the metric system of weights and measures for United States trade and commerce. (2) The Trade Act establishes September 30, 1992, as the implementation date (to the extent economically feasible) for Federal agencies to use the metric system of measurement in its procurements, grants, and other business-related activities. (3) The Trade Act permits exceptions to the use of the metric system to the extent that such use is impractical or is likely to cause significant inefficiencies or loss of markets to United States firms, such as when foreign competitors are producing competing products in non-metric units. (4) As a result of the Trade Act, the President issued Executive Order 12770 dated July 25, 1991, to implement the congressional designation of the metric system as the preferred system of weights and measures for United States trade and commerce. (c) Bureau of Reclamation Implementation. As a result of the Trade Act, Reclamation will, to the maximum extent practicable, use hard conversion and soft conversion metric systems in designing its construction projects, eventually phasing out use of the soft conversion metric system. Exceptions to this policy will only be made when such use is impractical, produces inefficiencies or market losses, or is not economically feasible. (d) Expected Results. Reclamation expects its support of the metric system to result in increased use of the metric system by U.S. contractors, thereby increasing their ability to compete in the international marketplace. Increasing use of the metric system by U.S. contractors will eliminate possible restrictions on their bidding in the international marketplace and will eliminate any impact of economic blocks by metric countries restricting the acceptance of non-metric products. 1452-215-71, Use and Disclosure of Proposal Information-Department of the Interior WBR 1452.222-80, Notice of Applicability-Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation (JAN 2004) (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in - (1) Canada, and the anticipated value of the acquisition is $175,000 or more; and (2) Israel, and the anticipated value of the acquisition is $175,000 or more. (b) Nonapplicability thresholds for other countries are the same as listed in the FAR clause. 1452.223-82, Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace - Bureau of Reclamation 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/. To complete obtain and complete a hard copy of Provision 52.212-03, it can be found in the Federal Acquisition Regulation.   Brake Lining Specifications RF 42 Braking Lining Material Medium friction rigid molded product, containing synthetic fibers, friction modifiers, and high temperature resigns, with mounting slots. Must not contain metal particles. Item requires milling per attached drawing. Physical Properties Tolerance and Size Data Blocks - Thickness 1/8" to 2_"- to 3/8": +.000/-.020" - Over 3/8": +.000/-.030" - Width: Up To 6": +/-1/32" 6" to 8": +1/32"/-1/16" Over 8": +1/32/-1/8" Flat Sheet Size and Thickness - 20"X20": Up to 1_" 12_"X15": Up to 2_" To 3/8" thick: +.000/-.020" Over 3/8" thick: +.000/-030 Facing - thickness To 3/8": +.000/-020" Over 3/8": +000/-.030" OD : Up To 12": +/-1/32" Over 12": +/-1/16" ID: Up To 12": +1/16"/-.000 Over 12": +1/8/-.000 Mechanical Properties Specific Gravity (SAE J380): 2.00-2.15 Gogan Hardness (SAE J379A): 15-35 Tensile Strength, psi (ASTM D638): 2,000 psi minimum Modulus of Rupture (ASTM D790): 2,800 psi minimum Friction Properties Coefficient of Friction (SAE J661) Normal:.43 Hot:.41 See Note 1 Wear Rate, by weight (SAE J661):.018 maximum Friction Code: FF Recommended Operating Limits Maximum Rubbing Speed: 7,500 fpm See Note 2 Maximum Drum Temperature: 600°F °F for Constant Operation See Note 2 Maximum Pressure: 150 psi See Note 2 Note 1: Friction values shown are for guide purposes only since values deviate with changes in temperature, pressure and speed. Practical design should include a 5 to 50 percent safety factor. Note 2: Rubbing speed, drum temperature, and pressure are directly related. Changing any one value will change the others. The values shown represent typical conditions, but are not the ultimate limits of material. NOTE: The quote date has been extended from July 18, 2016 to July 20, 2016. The time remains the same as specified in the original solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbca92dfb0b300ef477f26c20772881c)
 
Place of Performance
Address: Grand Coulee, Washington, 99133, United States
Zip Code: 99133
 
Record
SN04184940-W 20160717/160715234909-dbca92dfb0b300ef477f26c20772881c (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.