Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

56 -- Canal Heading and Turnout Gates

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
???, ???, AZ 20190
 
ZIP Code
20190
 
Solicitation Number
5646540348
 
Response Due
9/6/2018
 
Archive Date
3/5/2019
 
Point of Contact
Name: Darren Nutter, Title: Contract Specialist, Phone: 6022414567, Fax: 7033906582
 
E-Mail Address
darren.nutter@bia.gov;
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
CANCELLATION NOTICE: 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 5646540348 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-100 with a small business size standard of 500.00 employees. This requirement is an [ Indian Small Business Economic Enterprises ] 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 2018-09-06 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The DOI BIA - Western Region requires the following items, Brand Name or Equal, to the following: LI 001: Waterman 60X60 inch lateral heading cast iron sluice gates. Frame F Std Flangeback Cast Iron, Gate Mounted on Grout Pad (Grout by Others), Cover Cast Iron, Gate Seats Bronze, Side & Top Wedges Bronze, Flushbottom Closure with Neoprene Seal, Top of Wall to Invert = 9.25 ft., Lift & Stem based on Operating heads 9.25 ft. Seating and 9.25 ft. Unseating, Stem Stainless Steel Type 304L, Manual Rotork 2: 1 Geared Lift w/ 15" Handcrank, Lift Mounted to Pedestal, Stem Cover Clear Plastic w/ Mylar Strip Indicator, Mounting hardware Stainless Steel Type 304. Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 6, EA; LI 002: Waterman C-10 Canal Turnout Gate Guide Rail Length 72" Gate Diameter 24" Gate Specification 1.Flat back model 2.Galvanized frames 3.Rolled-steel stems with right hand threads 4.Lift nut assembly (non-bearing type) compatible with stem 5.Hand wheels compatible with lift nut assembly 6.Limit nut compatible with stem 7.Round slide gate with a compatible seat and adjustable wedges assembly. 8.Stem and hand wheels shall be Right Hand Treads. 9.Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 2, EA; LI 003: Waterman C-10 Canal Turnout Gate Guide Rail Length 84" Gate Diameter 24" Gate Specification 1.Flat back model 2.Galvanized frames 3.Rolled-steel stems with right hand threads 4.Lift nut assembly (non-bearing type) compatible with stem 5.Hand wheels compatible with lift nut assembly 6.Limit nut compatible with stem 7.Round slide gate with a compatible seat and adjustable wedges assembly. 8.Stem and hand wheels shall be Right Hand Treads. 9.Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 16, EA; LI 004: Waterman C-10 Canal Turnout Gate Guide Rail Length 84" Gate Diameter 30" Gate Specification 1.Flat back model 2.Galvanized frames 3.Rolled-steel stems with right hand threads 4.Lift nut assembly (non-bearing type) compatible with stem 5.Hand wheels compatible with lift nut assembly 6.Limit nut compatible with stem 7.Round slide gate with a compatible seat and adjustable wedges assembly. 8.Stem and hand wheels shall be Right Hand Treads. 9.Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 20, EA; LI 005: Waterman C-10 Canal Turnout Gate Guide Rail Length 84" Gate Diameter 36" Gate Specification 1.Flat back model 2.Galvanized frames 3.Rolled-steel stems with right hand threads 4.Lift nut assembly (non-bearing type) compatible with stem 5.Hand wheels compatible with lift nut assembly 6.Limit nut compatible with stem 7.Round slide gate with a compatible seat and adjustable wedges assembly. 8.Stem and hand wheels shall be Right Hand Treads. 9.Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 2, EA; LI 006: Waterman C-10 Canal Turnout Gate Guide Rail Length 108" Gate Diameter 30" Gate Specification 1.Flat back model 2.Galvanized frames 3.Rolled-steel stems with right hand threads 4.Lift nut assembly (non-bearing type) compatible with stem 5.Hand wheels compatible with lift nut assembly 6.Limit nut compatible with stem 7.Round slide gate with a compatible seat and adjustable wedges assembly. 8.Stem and hand wheels shall be Right Hand Treads. 9.Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 10, EA; LI 007: Waterman C-10 Canal Turnout Gate Guide Rail Length 108" Gate Diameter 48" Gate Specification 1.Flat back model 2.Galvanized frames 3.Rolled-steel stems with right hand threads 4.Lift nut assembly (non-bearing type) compatible with stem 5.Hand wheels compatible with lift nut assembly 6.Limit nut compatible with stem 7.Round slide gate with a compatible seat and adjustable wedges assembly. 8.Stem and hand wheels shall be Right Hand Treads. 9.Delivery shall be FOB Poston Irrigation O&M yard at 21051-3 East Poston Road, Poston, Arizona, 85371., 1, 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 BIA - Western Region 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 BIA - Western Region 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: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Notice of Indian Small Business Economic Enterprise Set-Aside (12/31/2013) Under the Buy Indian Act, 25 U.S.C. 47, offers submitted in response to this solicitation are solicited only from Indian economic enterprises (Subpart 1480.8) that also must be small business concerns. The offeror must represent that they meet the definition of Indian economic enterprise at the time of submission of its offer to a specific solicitation as evidence that it is eligible to be considered for award. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not Indian economic enterprises will not be considered and will be rejected. A contractor shall not subcontract to other than responsible Indian economic enterprises more than 50 percent of the work under a prime contract awarded under the Buy Indian Act. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment. Subcontracting Limitations 12/31/2013 (a) Definitions as used in this clause. (1) Concern means any business entity organized for profit (even if its ownership is in the hands of a nonprofit entity) with a place of business located in the United States or its outlying areas and that makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material and/or labor, etc. ˜ ˜Concern ™ ™ includes but is not limited to an individual, partnership, corporation, joint venture, association, or cooperative. For the purpose of making affiliation findings (see 19.101) any business entity, whether organized for profit or not, and any foreign business entity, i.e., any entity located outside the United States and its outlying areas. (2) Subcontract means any agreement (other than one involving an employer- employee relationship) entered into by a Government prime contractor or subcontractor calling for supplies and/or services required for performance of the contract, contract modification, or subcontract. (3) Subcontractor means a concern to which a contractor subcontracts any work under the contract. The term includes subcontractors at any tier who perform work on the contract. (b) Required Percentages of work by the concern. The contractor must comply with FAR 52.219 “14 Limitations on Subcontracting clause. (c) Indian Preference. Regardless of the contract type for services, supplies, or on- reservation construction, the contractor agrees to give preference to Indian organizations and Indian owned economic enterprises in awarding subcontracts under this contract in accordance with DIAR 1452.226 “71, Indian Preference. (d) Cooperation. The contractor must: (1) Carry out the requirements of this clause to the fullest extent; and (2) Cooperate in any study or survey that the CO, the Bureau of Indian Affairs, or its agents may conduct to verify the contractor ™s compliance with this clause. (e) Incorporation in Subcontracts. The contractor must incorporate the substance of this clause, including this paragraph (e), in all subcontracts for supplies, services, and construction awarded under this contract. Indian Economic Enterprise Representation 12/31/2013 The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/5646540348/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN05088463-W 20180915/180913231535-35e8229d2b65ca8df5ef9aea959872b8 (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.