Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
SPECIAL NOTICE

66 -- WEBER PROVO CANAL - DIVERSION DAM METER

Notice Date
8/12/2019
 
Notice Type
Synopsis
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Bureau of Reclamation<br />Upper Colorado Region<br />Provo Area Office<br />302 East 1860 South<br />Provo<br />UT<br />84606<br />US<br />
 
ZIP Code
84606
 
Solicitation Number
140R4019Q0071
 
Point of Contact
Crane, Nathan
 
Small Business Set-Aside
N/A
 
Description
Weber Provo Canal Diversion Dam - 36-Inch Flow Meters 1. 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. 2. Solicitation number 140R4019Q0071 is issued as a request for quotation (RFQ). Submit written quotes only; oral quotes will not be accepted. Quotes may be emailed to ncrane@usbr.gov or to the following mail address: 125 South State Street, Room 8100, Salt Lake City, UT 84138-1147. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. Clauses and provisions can be found at: http://www.acquisition.gov/browse/index/far. 4. This is a Total Small Business Set-Aside under NAICS Code 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables, with an associated small business size standard of 750 employees. 5. Contractor to provide all labor, materials, tools, equipment, transportation, and supervision to deliver the following new unused in accordance with the attached Requirements Specifications (Attachment A): CLIN 00010 Reclamation requires 2 36-Inch flow meters, per the specifications. 6. Total price of quotes shall include all applicable fees and taxes. 7. FOB: Destination, at the Pleasant Grove Drill Yard, 315 West 1100 North, Pleasant Grove, UT. The vendor shall handle both supply and delivery to the required location. 8. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The contractor shall coordinate the exact dates and times of delivery with Reclamation, at least one week in advance. The contractor shall ensure that the total for all amounts ordered and delivered does not exceed the amount noted in the contract line item. 9. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. The following provisions and clauses apply to this acquisition: 10. The provision at 52.212-1, Instructions to Offerors ¿ Commercial Items (OCT 2014) applies to this acquisition. Addendum to 52.212-1 Substitutes the ¿quote ¿ where the term ¿Offer ¿ appears in the provision. The following addendum to 52.212-1 apply: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 1452.215-71 Use and Disclosure of Proposal Information ¿ Department of the Interior (APR 1984); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿ Representation and Certification (OCT 2015); WBR 1452.222-80 Notice of Applicability ¿ Cooperation with Authorities and Remedies ¿ Child Labor ¿ Bureau of Reclamation (JAN 2004); WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluation ¿ Bureau of Reclamation (MAY 2005). 11. By the provision at 52.212-2, Evaluation ¿ Commercial Items (OCT 2014), (I) Technical Capability of the item offered to meet the Government requirement; (II) Price; (III) Past Performance; (IV) Delivery Schedule of the items. Technical Capability, Past Performance, & Delivery Schedule when combined, are equal to Price. 12. The following addendum to 52.212-2 applies: WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations (MAY 2005). 13. The provision at 52.212-3, Offeror Representations and Certifications ¿ Commercial Items (OCT 2018) 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. The following addendum to 52.212-3 applies: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017). 14. The clause at 52.212-4, Contract Terms and Conditions ¿ Commercial Items applies. The following addenda to 52.212-4 apply: 52.204-13 System For Award Management Maintenance (OCT 2018); 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); 52.242-15 Stop-Work Order (AUG 1989); 52.247-34 F.O.B. Destination (NOV 1991); DOI-AAAP-0028 Electronic Invoicing and Payment Requirements ¿ Invoice Processing Platform (IPP) (APR 2013). 15. The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2019), apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018); 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); 52.219-28 Post Award Small Business Program Representation (JUL 2013); 52.222-3 Convict Labor (JUNE 2003); 52.222-19 Child Labor ¿ Cooperation with Authorities and Remedies (JAN 2018); 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-37 Employment Reports on Veterans (FEB 2016); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50 Combating Trafficking in Persons (JAN 2019); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.223-20 Aerosols (JUN 2016); 52.223-21 Foams (JUN 2016); 52.225-1 Buy American ¿ Supplies (MAY 2014); 52.225-3 Buy American ¿ Free Trade Agreements ¿ Israeli Tract Act (MAY 2014); 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33 Payment by Electronic Funds Transfer ¿ System for Award Management (OCT 2018). 16. Written, signed quotes with contact information are due no later than August 21, 2019 at 14:00 mountain time, by mail to or in person at Bureau of Reclamation, C/O Mr. Nathan Crane, 125 South State Street, Room 8100, Salt Lake City, UT 84138-1147, or by electronic mail to ncrane@usbr.gov. Contractors are responsible for ensuring quotes are received at or before the closing date and time. 17. Instructions: At a minimum, quotes must have the following information: Contract Title: Date: Contractor Name: Contractor Address: DUNS No.: Contractor ¿s Point of Contact Name: Contact ¿s Phone Number: Contact ¿s Email: A. CLIN 00010 ¿ 36 ¿ Mag Water Flowmeter per attached specifications; Quantity (Qty) 2 pieces each at $________ for a total of $________. *This pricing shall include FOB Destination delivery. Total price shall include all applicable fees and taxes. FOB: Destination, at: Bureau of Reclamation Pleasant Grove Drill Yard 315 West 1100 North Pleasant Grove, UT 84062 Delivery Schedule: Total: $ DUNS No.: TIN No.: The contractor shall coordinate the exact dates of delivery with Reclamation at least 1 week in advance. The contractor shall protect all parts from corrosion, deformation, and other types of damage during storage, handling, and delivery. Damage to the systems during transit shall be repaired at the contractor ¿s expense. 18. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED. This solicitation will be available ONLY at https://www.fbo.gov/ and https://www.fedconnect.net/FedConnect/?doc=DOCNUMBER&agency=AGENCY_CODE each searchable by the solicitation number 140R4019Q0071 O/A August 21, 2019 and unless amendments are issued extending the solicitation, the offers are due in the acquisitions office no later than August 21, 2019 at 14:00 mountain time. To download a copy of the solicitation vendors will be asked to register their company with the electronic commerce website. Be prepared with your company DUNS Number, available from Dun and Bradstreet at 1-866-705-5711 and your federal Tax Identification Number (TIN). All vendors should pre-register with SAM.gov by logging into https://www.sam.gov/SAM/. Your point of contact for this project is Nathan Crane, email: ncrane@usbr.gov. All responsible sources may submit a quote which if submitted in a timely manner, will be considered. 19. For information or questions regarding this Request for Quotation, please contact Mr. Nathan Crane, Contract Specialist at 801-524-3718. Questions shall be submitted no later than August 14, 2019 at 12:00 MT (*NOTICE* this time is noon, and not midnight). Any questions after this date and time will not be entertained. The Government reserves the right to cancel this solicitation at any time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/72ca8e03dcb5ca0abad67a1679a4d5c7)
 
Record
SN05401474-F 20190814/190812230017 (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.