Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
MODIFICATION

46 -- Stainless Steel Ball Type Duplex Basket Strainers for Hoover Dam - IDIQ - Amendment 1

Notice Date
7/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R16PS00670
 
Response Due
7/21/2016
 
Archive Date
8/5/2016
 
Point of Contact
Jennalyn Schilke, Phone: 702-293-8030
 
E-Mail Address
jschilke@usbr.gov
(jschilke@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment No. 2 R16PS00670 - Stainless Steel Ball Type Duplex Basket Strainers for Hoover Dam - IDIQ Combined Synopsis/Solicitation Amendment 2 - 07/26/2016 - The purpose of this amendment is to 1) add the FAR Clause 52.216-3, Economic Price Adjustment--Semistandard Supplies, 2) remove the example of an acceptable item (it does not meet the Trade Agreements Act or Nonmanufacturer Rule requirements), and 3) extend the offer due date to Monday, August 1, 2016 at 12:00 P.M., PT. Amendment 1 - 07/21/2016 - The purpose of this amendment is to extend the offer due date to Monday, July 25, 2016 at 12:00 P.M., PT. There are no changes to the specifications. (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; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R16PS00670) is being issued subsequent to this combined solicitation/synopsis. (The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R16PS00670. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-88. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 333999 - All Other Miscellaneous General Purpose Machinery Manufacturing. The small business size standard for NAICS Code 333999 is 500 employees. (v) The Bureau of Reclamation, Lower Colorado Dams Office, needs various sizes of Stainless Steel Duplex Strainers to be delivered on an as-needed basis. Strainer baskets capture large size invasive species (quaggas) to prevent clogging water-cooled heat exchangers forcing equipment out of service. Ball Type Duplex Basket Strainer Specifications (see attachment posted at https://www.fedconnect.net/): 1 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -Threaded 1" NPT connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in strainers -Removable diverter cartridge seals and isolate the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 1" threaded (model 53BTX) = 41 pounds, assembled 2 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -2" flange (150 psi) end connections -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in strainers -Removable diverter cartridge seals and isolate the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max working pressure: 200 PSI @ 150 degrees F (13.8 BAR @ 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 2" Flange (model 52BTX) = 185 pounds, assembled 3 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -3" flange connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in Eaton Strainers -Removable diverter cartridge seals and isolates the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 3" Flange (53BTX) = 432 pounds, assembled   4 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -4" flange connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in Eaton Strainers -Removable diverter cartridge seals and isolates the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 4" Flange (53BTX) = 432 pounds, assembled 6 inch Pipe Size -- -Stainless steel body and baskets -Strainer with two isolated chambers to allow one to remain in service while the clogged chamber strainer is cleaned -6" flange connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in Eaton Strainers -Includes diverter cartridge to seal and isolate the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Pressure rate shall be a minimum of 120psi at 150 degrees F -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards. -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 6" Flange (model 50) = 615 pounds, assembled Delivery: All items shall be delivered to the Hoover Dam Central Warehouse, Boulder City, NV. Offerors shall provide pricing (which includes shipping) with yearly unit prices for each size strainer, as follows (see price schedule in attachment posted at https://www.fedconnect.net/): CLIN 0010 - Price Schedule 1 - Year One (Est. 08/01/2016 - 07/30/2017), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 1-1, 1" Stainless Steel Duplex Strainer Item No. 1-2, 2" Stainless Steel Duplex Strainer Item No. 1-3, 3" Stainless Steel Duplex Strainer Item No. 1-4, 4" Stainless Steel Duplex Strainer Item No. 1-5, 6" Stainless Steel Duplex Strainer CLIN 0020 - Price Schedule 2 - Year Two (Est. 08/01/2017 - 07/30/2018), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 2-1, 1" Stainless Steel Duplex Strainer Item No. 2-2, 2" Stainless Steel Duplex Strainer Item No. 2-3, 3" Stainless Steel Duplex Strainer Item No. 2-4, 4" Stainless Steel Duplex Strainer Item No. 2-5, 6" Stainless Steel Duplex Strainer CLIN 0030 - Price Schedule 3 - Year Three (Est. 08/01/2018 - 07/30/2019), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 3-1, 1" Stainless Steel Duplex Strainer Item No. 3-2, 2" Stainless Steel Duplex Strainer Item No. 3-3, 3" Stainless Steel Duplex Strainer Item No. 3-4, 4" Stainless Steel Duplex Strainer Item No. 3-5, 6" Stainless Steel Duplex Strainer CLIN 0040 - Price Schedule 4 - Year Four (Est. 08/01/2019 - 07/30/2020), see price schedule in attachment posted at FedConnect.net Item No. 4-1, 1" Stainless Steel Duplex Strainer Item No. 4-2, 2" Stainless Steel Duplex Strainer Item No. 4-3, 3" Stainless Steel Duplex Strainer Item No. 4-4, 4" Stainless Steel Duplex Strainer Item No. 4-5, 6" Stainless Steel Duplex Strainer CLIN 0050 - Price Schedule 5 - Year Five (Est. 08/01/2020 - 07/30/2021), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 5-1, 1" Stainless Steel Duplex Strainer Item No. 5-2, 2" Stainless Steel Duplex Strainer Item No. 5-3, 3" Stainless Steel Duplex Strainer Item No. 5-4, 4" Stainless Steel Duplex Strainer Item No. 5-5, 6" Stainless Steel Duplex Strainer *Price Schedule Attachment Note: Unit pricing is required on all lines, even if estimated quantity is zero, as these quantities are subject to change. In addition, Reclamation intends to award the first Delivery Order upon award. The unit prices from Price Schedule 1 will be used in the order. (vi) The Bureau of Reclamation has a requirement for a contractor to deliver varying sizes of stainless steel duplex strainers, in accordance with the specifications, on an as-needed basis. (vii) The performance period is estimated to be August 1, 2016 through July 30, 2021. All deliveries shall be made to Bureau of Reclamation, Hoover Dam Central Warehouse, South U.S. Highway 93, SR 172, Boulder City, NV, 89005. Deliveries will be accepted between 7:30 A.M. to 3:30 P.M., Pacific Time, Monday through Friday only, excluding Federal Holidays. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) Determination of award will be based on the lowest-priced, responsive quote, received from a responsible offeror. The offeror must meet all of the listed salient characteristics in order to be considered responsive. All offerors must include the following with their offer: 1) Completed Salient Characteristics Confirmation Form, 2) Cut sheet(s) for all items quoted, and 3) Completed Pricing Schedule (including any relevant delivery information, e.g. lead time). All documents are attached to the RFQ at https://www.fedconnect.net/. In order to determine the responsibility of the Offeror, the Government has the right to contact former customer and Government agencies, and other private/public sources of information. 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) database located at https://www.ppirs.gov/ is one of the sources that will be utilized. (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 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (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: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 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 52.222-35, 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 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) - 52.216-3, Economic Price Adjustment--Semistandard Supplies - 52.216-18, Ordering - 52.216-19, Order Limitations - 52.216-22, Indefinite Quantity - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - 52.252-6, Authorized Deviations in Clauses - 1452.215-71, Use and Disclosure of Proposal Information-Department of the Interior - 1452.211-80, Notice of Intent to Acquire Metric Products and Services-Bureau of Reclamation - DOI-AAAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - Minimum and Maximum Ordering Quantities (IDIQ Contract)-Bureau of Reclamation-Lower Colorado Region Clauses and provisions attachment included at https://www.fedconnect.net/ in order to show relevant fill-in text, under certain applicable clauses. (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than Friday, July 15, 2016 by 4:00 P.M., PT. Offers are due Monday, August 1, 2016 by 12:00 P.M., PT. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedBizOpps or via email to jschilke@usbr.gov. All offerors must include the following with their offer: 1) Completed Salient Characteristics Confirmation Form, 2) Cut sheet(s) for all items quoted, and 3) Completed Pricing Schedule. All documents are attached to the RFQ at https://www.fedconnect.net/. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030. 16PS00670 - Stainless Steel Ball Type Duplex Basket Strainers for Hoover Dam - IDIQ Combined Synopsis/Solicitation Amendment 1 - 07/21/2016 - The purpose of this amendment is to extend the offer due date to Monday, July 25, 2016 at 12:00 P.M., PT. There are no changes to the specifications. (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; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R16PS00670) is being issued subsequent to this combined solicitation/synopsis. (The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number": R16PS00670. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-88. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 333999 - All Other Miscellaneous General Purpose Machinery Manufacturing. The small business size standard for NAICS Code 333999 is 500 employees. (v) The Bureau of Reclamation, Lower Colorado Dams Office, needs various sizes of Stainless Steel Duplex Strainers to be delivered on an as-needed basis. Strainer baskets capture large size invasive species (quaggas) to prevent clogging water-cooled heat exchangers forcing equipment out of service. Ball Type Duplex Basket Strainer Specifications (see attachment posted at https://www.fedconnect.net/): 1 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -Threaded 1" NPT connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in strainers -Removable diverter cartridge seals and isolate the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 1" threaded (model 53BTX) = 41 pounds, assembled -An example of an acceptable product is EATON ball type duplex basket strainer, Model 53BTX, 1" size 2 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -2" flange (150 psi) end connections -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in strainers -Removable diverter cartridge seals and isolate the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max working pressure: 200 PSI @ 150 degrees F (13.8 BAR @ 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 2" Flange (model 52BTX) = 185 pounds, assembled -An example of an acceptable product is EATON ball type duplex basket strainer, Model 53BTX, 2" size 3 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -3" flange connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in Eaton Strainers -Removable diverter cartridge seals and isolates the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 3" Flange (53BTX) = 432 pounds, assembled -An example of an acceptable product is EATON ball type duplex basket strainer, Model 53BTX, 3" size 4 inch Pipe Size -- -Stainless steel body and baskets -Strainers with two isolated chambers allows one to remain in service while the clogged chamber basket is cleaned -4" flange connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in Eaton Strainers -Removable diverter cartridge seals and isolates the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards -Pressure rate shall be a minimum of 120psi at 150 degrees F -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 4" Flange (53BTX) = 432 pounds, assembled -An example of an acceptable product is EATON ball type duplex basket strainer Model 53BTX, 4" size 6 inch Pipe Size -- -Stainless steel body and baskets -Strainer with two isolated chambers to allow one to remain in service while the clogged chamber strainer is cleaned -6" flange connectors -5/32" perforations in the stainless steels baskets -ASTM A-351 grade CF8M stainless steel metal alloy in Eaton Strainers -Includes diverter cartridge to seal and isolate the basket chambers during cleaning -One (1) drain plug per basket -Seat/seal materials shall be compatible with stainless steel (example TFE/Viton) -Pressure rate shall be a minimum of 120psi at 150 degrees F -Standard foot mounting pads -ANSI Class 150 -Inlet/outlet connections per ANSI Standards. -Max. working pressure: 200 PSI at 150 degrees F (13.8 BAR at 65.5 degrees C). -Strainer handle's position indicates which basket well is in operation (safety feature). -Approximate weight 6" Flange (model 50) = 615 pounds, assembled -An example of an acceptable product is EATON ball type duplex basket strainer, Model 50, 6" size Delivery: All items shall be delivered to the Hoover Dam Central Warehouse, Boulder City, NV. Offerors shall provide pricing (which includes shipping) with yearly unit prices for each size strainer, as follows (see price schedule in attachment posted at https://www.fedconnect.net/): CLIN 0010 - Price Schedule 1 - Year One (Est. 08/01/2016 - 07/30/2017), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 1-1, 1" Stainless Steel Duplex Strainer Item No. 1-2, 2" Stainless Steel Duplex Strainer Item No. 1-3, 3" Stainless Steel Duplex Strainer Item No. 1-4, 4" Stainless Steel Duplex Strainer Item No. 1-5, 6" Stainless Steel Duplex Strainer CLIN 0020 - Price Schedule 2 - Year Two (Est. 08/01/2017 - 07/30/2018), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 2-1, 1" Stainless Steel Duplex Strainer Item No. 2-2, 2" Stainless Steel Duplex Strainer Item No. 2-3, 3" Stainless Steel Duplex Strainer Item No. 2-4, 4" Stainless Steel Duplex Strainer Item No. 2-5, 6" Stainless Steel Duplex Strainer CLIN 0030 - Price Schedule 3 - Year Three (Est. 08/01/2018 - 07/30/2019), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 3-1, 1" Stainless Steel Duplex Strainer Item No. 3-2, 2" Stainless Steel Duplex Strainer Item No. 3-3, 3" Stainless Steel Duplex Strainer Item No. 3-4, 4" Stainless Steel Duplex Strainer Item No. 3-5, 6" Stainless Steel Duplex Strainer CLIN 0040 - Price Schedule 4 - Year Four (Est. 08/01/2019 - 07/30/2020), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 4-1, 1" Stainless Steel Duplex Strainer Item No. 4-2, 2" Stainless Steel Duplex Strainer Item No. 4-3, 3" Stainless Steel Duplex Strainer Item No. 4-4, 4" Stainless Steel Duplex Strainer Item No. 4-5, 6" Stainless Steel Duplex Strainer CLIN 0050 - Price Schedule 5 - Year Five (Est. 08/01/2020 - 07/30/2021), see price schedule in attachment posted at https://www.fedconnect.net/ Item No. 5-1, 1" Stainless Steel Duplex Strainer Item No. 5-2, 2" Stainless Steel Duplex Strainer Item No. 5-3, 3" Stainless Steel Duplex Strainer Item No. 5-4, 4" Stainless Steel Duplex Strainer Item No. 5-5, 6" Stainless Steel Duplex Strainer *Price Schedule Attachment Note: Unit pricing is required on all lines, even if estimated quantity is zero, as these quantities are subject to change. In addition, Reclamation intends to award the first Delivery Order upon award. The unit prices from Price Schedule 1 will be used in the order. (vi) The Bureau of Reclamation has a requirement for a contractor to deliver varying sizes of stainless steel duplex strainers, in accordance with the specifications, on an as-needed basis. (vii) The performance period is estimated to be August 1, 2016 through July 30, 2021. All deliveries shall be made to Bureau of Reclamation, Hoover Dam Central Warehouse, South U.S. Highway 93, SR 172, Boulder City, NV, 89005. Deliveries will be accepted between 7:30 A.M. to 3:30 P.M., Pacific Time, Monday through Friday only, excluding Federal Holidays. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) Determination of award will be based on the lowest-priced, responsive quote, received from a responsible offeror. The offeror must meet all of the listed salient characteristics in order to be considered responsive. All offerors must include the following with their offer: 1) Completed Salient Characteristics Confirmation Form, 2) Cut sheet(s) for all items quoted, and 3) Completed Pricing Schedule. All documents are attached to the RFQ at https://www.fedconnect.net/. In order to determine the responsibility of the Offeror, the Government has the right to contact former customer and Government agencies, and other private/public sources of information. 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) database located at https://www.ppirs.gov/ is one of the sources that will be utilized. (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 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (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: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 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 52.222-35, 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 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) - 52.216-18, Ordering - 52.216-19, Order Limitations - 52.216-22, Indefinite Quantity - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - 52.252-6, Authorized Deviations in Clauses - 1452.215-71, Use and Disclosure of Proposal Information-Department of the Interior - 1452.211-80, Notice of Intent to Acquire Metric Products and Services-Bureau of Reclamation - DOI-AAAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - Minimum and Maximum Ordering Quantities (IDIQ Contract)-Bureau of Reclamation-Lower Colorado Region Clauses and provisions attachment included at https://www.fedconnect.net/ in order to show relevant fill-in text, under certain applicable clauses. (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than Friday, July 15, 2016 by 4:00 P.M., PT. Offers are due Monday, July 25, 2016 by 12:00 P.M., PT. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedBizOpps or via email to jschilke@usbr.gov. All offerors must include the following with their offer: 1) Completed Salient Characteristics Confirmation Form, 2) Cut sheet(s) for all items quoted, and 3) Completed Pricing Schedule (including any relevant delivery information, e.g. lead time). All documents are attached to the RFQ at https://www.fedconnect.net/. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca82282585e6f4b699a3ddf8bd293e1a)
 
Record
SN04195757-W 20160728/160726234502-ca82282585e6f4b699a3ddf8bd293e1a (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.