Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

47 -- Parker Dam Cooling Water Bypass Fittings

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332913 — Plumbing Fixture Fitting and Trim 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
140R3018Q0200
 
Archive Date
8/2/2018
 
Point of Contact
Virginia Toldeo, Phone: (928) 343-8136, Virginia Toldeo, Phone: (928) 343-8136
 
E-Mail Address
vtoledo@usbr.gov, vtoledo@usbr.gov
(vtoledo@usbr.gov, vtoledo@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number 140R3018Q0200 is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (iv) This is a total small business set-aside under NAICS 332913 with an associated small business size standard of 500 employees. (v) Line Items: CLIN 0010 Molded Case Circuit Breaker, Schneider Electric Part No. PJA36000260 or equal, 1 each at $_______ for a total of $_____. Salient Characteristic: Amperage and AC Voltage Ratings at 600A; 3 Poles, I Lined Panelboard; Magnetic, Box Lug, 25KA MAX AIR, and Instantons at 10,000A CLIN 0020 Pipe, 8" Schedule 10, Stainless Steel, 10' lengths, 80 Linear Feet at $______ for a total of $________ Salient Characteristics: Butt weld, 8" diameter, Stainless Steel, 316L, Schedule 10 CLIN 0030 Valves, 8" lug type, butterfly, FLowseal Part No. 08-1DA-12DRTG-30J or equal. 8 each at $_______ for a total of $_________ Salient Characteristics: Lug type, Carbon Steel Body, 316 Stainless Steel Disk, Stainless Steel Shaft, RTFE/Silicone Sea/O-ring, Packing and Bearing TFE, Carbon Steel Bracket, Worm Gear Operator CLIN 0040 Fitting, 8" 90 degree elbow, Stainless Steel 316L, Schedule 10, Ferguson Part No. IS16LW9X or equal, 9 each at $_____ for a total of $_______ Salient Characteristics: Butt weld, 8" diameter, Fitting Size 1 and 2 - 8", Material Stainless Steel, 316L, Schedule 10 CLIN 0050 Fittings, 8", Stub End, Stainless Steel 316, Schedule 10, Ferguson Part No. IS16LWSEAV or equal, 14 each at $_____ for a total of $_________ Salient Characteristics: Stub End Weld, 8" fitting size 1 and 2, diameter 8", Stainless Steel 316 L, Schedule 10 CLIN 0060 Fittings, 8" Flange Ring, Schedule 10, Stainless Steel, 316L, Ferguson Part No. IS6LLJFX or equal, 14 each at $_______ for a total of $_________ Salient Characteristics: Lap Joint, 8" Fitting Size 1 and 2, Flange Type 8", Stainless Steel 316L, Schedule 10 Total Price for all items: $ _________ (vi) The Bureau of Reclamation requires various materials for Parker Dam. All materials shall be delivered to and accepted by Parker Dam. The electrical materials are for Parker Dam's 480V station service switchgear and the piping is for a cooling water bypass system for the generation units. All materials shall be new from the manufacturer, no refurbished materials will be accepted. (vii) Total price includes all applicable fees and taxes. FOB: Destination, at Parker Dam Power Plant, Highway 95, Parker Dam, CA 92267. All deliveries shall be delivered from the access road on the California side of Parker Dam. The materials shall be delivered no later than 8 weeks after the purchase order is awarded. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. (ix) By the provision at 52.212-2, Evaluation-Commercial Items - Award will be made to the lowest responsive responsible quote considering the following factors: a. Technical capability of the items offered to meet the agency need; and b. Price. Quotes should include manufacturer part number with product literature to clearly identify the item being proposed. The following addendum to 52.212-2 applies: WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations - Bureau of Reclamation (May 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (x) The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. (xi) Clause 52.212-4, Contract Terms and Conditions -Commercial Items applies to this acquisition. (xii) The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 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 52.219-28, Post Award Small Business Program Representation 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 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American-Free Trade Agreements-Israeli Trade 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following are additional contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: FAR 52.252-2 Clauses Incorporated By Reference FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-15 Stop-Work Order FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation FAR 52.211-6 Brand Name or Equal FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 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. WBR 1452.225-82 -- NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS -- BUREAU OF RECLAMATION (MAY 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING 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: None.*See Note* *NOTE: The Contractor shall also submit an electronic copy of the IPP invoice to the Contracting Officer at vtoledo@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. (xiv) Not applicable (xv) Written, signed offers on a company letterhead with contact information are due no later than July 18, 2018 by mail or in person at Bureau of Reclamation, 7301 Calle Agua Salada, Yuma, AZ 85364 or by electronic mail to vtoledo@usbr.gov. (xvi) For information regarding this Request for Quotation, please contact Virginia Toledo, Contracting Officer at 928-343-8136. All questions shall be submitted to vtoledo@usbr.gov, no later than Friday, July 13, 2018 and shall reference the RFQ number (140R3018Q0200) in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25945a68c164f603613ac13dfce45175)
 
Place of Performance
Address: Parker Dam, Parker, California, 92267, United States
Zip Code: 92267
 
Record
SN04987287-W 20180713/180711231124-25945a68c164f603613ac13dfce45175 (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.