Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

48 -- Purchase of Valves and Actuators - Bureau of Reclamation, Yuma Area Office, Yuma AZ

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BOR/YAO Myra Cordero 928-343-8134 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
07SQ340174
 
Response Due
9/13/2007
 
Archive Date
9/3/2008
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ). Quotes are being requested and a written solicitation will not be issued. The solicitation being issued is 07SQ340174 and proposals (including the completed FAR 52.212-03, Offeror Representations and Certifications - Commercial Items) are due Thursday, September 13, 2007, 4:00 p.m. local time. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. This procurement is being issued as full and open/unrestricted competition. The NAICS Code is 423830 and the small business size standard is 100 employees. The Government anticipates award of a firm-fixed price purchase order resulting from this solicitation, to the Contractor whose offer is the most advantageous to the Government. This award is contingent on the availability of year end funding. The Bureau of Reclamation, Yuma Area Office, has a requirement to purchase the following sizes of W-K-M Dynacentric, Cast 316 stainless steel, ? turn, double-offset, High Performance Butterfly Valves (HPBV) with Remote Control RCEL series electric valve actuators, with the necessary torque requirements for operating their mating, respective W-K-M butterfly valves under the following Operating Conditions: Valves shall be located at the Yuma Desalting Plant (YDP) reverse osmosis control blocks. The valves and associated actuators will be required to operate in a temperature range of 0 degree Celsius (32 degrees Fahrenheit) to 50 degree Celsius (122 degrees Fahrenheit). Valves shall be bidirectional and shall be capable of handling water with a specific gravity of 1.0. The operational ph range of the water will be between 4 and 6, with a total dissolved solids content of 3,000 mg/l (3,000 parts per million). For the 300# Pressure Class valves, the maximum operating pressure differential will be 500 pounds per square inch (PSI). For the 150# Pressure Class valves, the maximum operating pressure differential will be 275 psi. The actuators shall be sized for the necessary torque requirements to seal, breakaway, and operate under the conditions outlined for their respective valves. This is an acquisition for Brand Name product based on the Bureau of Reclamations recent purchase of 120 butterfly valves and actuators from the same manufacturer at a total investment of $280,000. These valves and actuators meet the following minimum specifications: VALVES: 1) Valves shall be designed and built in accordance with ASME B16.34 (1996); 2) One Piece, Cast 316 Stainless Steel Body per ASTM A351 (2000), CF8M body material, wetted parts to be 316SS minimum; 3) Stainless Steel Shaft, 17-4 PH, blowout protected; 4) ASTM A351 (2000) CF8M disc with 316 SST/Grafoil laminated seal stack; 5) Monel bolting for wetted parts preferable, 316SS satisfactory; 6) Wafer or Lug end connections as stated below; 7) 316SS Metallic Seat with PTFE seat insert, fire-tested, bi-directional or other equivalent or better disc seal, subject to approval; 8) Grafoil or better packing; 9) Bare stem with no operator; 10) Meets ANSI 70-2 Class VI Shutoff Test Criteria in Preferred Direction; 11) Hydrostatic test report documenting seat leakage results; and 12) Bearing Protectors. ACTUATORS: 1) Voltage - Single phase 120VAC (60 Hz); 2) Action - Open-Close with Fail Last Position; 3) Motor Type - Squirrel cage induction type with class F insulation; 4) Motor Brake - Standard, or Self-locking Worm Gear Drive for holding valve position; 5) Motor protection - Thermal switch trip and torque switch trip; 6) Enclosure - Watertight, NEMA 4; 7) Surface Cooling; 8) Override Control - Manual Handwheel; 9) Control Input - Remote N.O. contacts; 10) Fully Open / Fully Closed Limit Switches - Rated at 10Amps; 11) Isolated Aux. limit switches or contacts for both full open and full close - Rated at 10Amps, Adjustable; 11) Mechanical Position Indicator - O/C Position, Continuous; 12) SS Valve/Actuator Adapter Plates; and 13) All gearing shall be grease lubricated and designed to withstand the full stall torque of motor, a seized or inoperable motor shall not prevent manual operation. Purchasing these valves and actuators from these suppliers achieves two goals - it reduces spare-part replacement and inventory costs and it increases plant operational efficiency and reliability. Because of the Yuma Desalting Plant (YDP) unusual size and configuration, it is standard practice to stock spare parts on site to minimize operation down time due to equipment or instrument failure. To reduce the cost of purchasing parts and the cost of managing the inventory of spare parts, the goal is to maintain a uniform, interchangeable set of accurate and reliable equipment. Purchase of the valves and actuators from these manufacturers will enable the valves, actuators, gaskets, etc., to be interchanged, increasing operational effectiveness/efficiency/reliability, and reducing the variety of parts that must be stocked. YAO currently has spare parts for these valves and actuators with an estimated value of $34,700. During the recent 90 day demonstration run, these valves and actuators proved that they can withstand the difficult service of the YDP's reverse-osmosis process control blocks. Since the YDP is normally offline and only runs when called upon, we have to be sure that our equipment will meet the challenge when told to do so. We do not have the luxury of gambling on unproven products. The YDP is a very high visibility Reclamation site that is always in the public eye. If the plant does not run reliably and well when called upon, it is very detrimental to the reputation of the Bureau and its Commissioner. These valves and actuators are being purchased to replace 1/3 of the originals valves obtained by the Bureau when the plant was first built. The originals are being replaced because they failed to meet YDP's difficult service requirement. In fact, the original valves and actuators are formally recognized as a "Design Deficiency" of the YDP. If we purchase unproven valves for this service, we risk replacing one "Design Deficiency" with another. This requirement will include a 200 percent option quantity for each line item. The Contractor shall furnish and size all necessary valve/actuator adapter plates. The option quantities will be a separately priced line item. (1) 8", 300# Double-Offset SS Wafer W-K-M HPBV Model No. 08-5320-02-F02-14-00 with Remote Control 120 VAC 60Hz Actuator Model RCEL-100-ALS-A120 - 15 Sets $_____; 200 Percent Option Quantity - 30 Sets $____; (2) 6", 300#, Double -Offset, SS Lug-Type W-K-M HPBV Model No. 06-5323-02-F02-14-00 with Remote Control 120 VAC 60Hz Actuator Model RCEL-50-ALS-A120 - 60 Sets $____; 200 Percent Option Quantity - 120 Sets $____; (3) 6", 150# Double-Offset, SS Wafer W-K-M HPBV Model No. 06-5120-02-F02-14-00 with Remote Control 120 VAC 60Hz Actuator RCEL Series Model that meets the requirements listed in this document - 15 Sets $_____; 200 Percent Option Quantity - 30 Sets $_____; (4) 3", 300# Double-Offset SS Wafer W-K-M HPBV Model No. 03-5320-02-F02-14-00 with Remote Control 120 VAC 60Hz Actuators RCEL-15-ALS-A120 - 15 sets $_____; 200 Percent Option Quantity - 30 Sets $_____; and (5) 3", 150#, Double-Offset SS Wafer W-K-M HPBV Model No. 03-5120-02-F02-14-00 with Remote Control 120 VAC 60 Hz RCEL Series Model that meets all the requirements listed in this document - 15 Sets $_____; 200 Percent Option Quantity - 30 Sets $_____. In addition, the following information shall be submitted with your offer: 1. Details and dimensions, types, weights, and materials of construction; 2. Manufacturers catalog cuts and other documentation showing the valve, model, and outline dimensions; 3. Flow coefficients and characteristics; 4. Actuator torque requirements (to include breakaway, operating, and Maximum) and operating arc/revolution requirements; and 5. Installation and actuator mounting dimensions, including shaft and mounting flange, and set-up instructions. Valve markings - Valves shall be marked with a stainless steel identification plate in accordance with the requirements of Manufacturers Standardization Society (MSS-SP-25 (1998)). The contractor shall furnish the required valves and valve actuators preassembled with all necessary installation and maintenance manuals. Four (4) sets of installation, operating and maintenance instructions shall be furnished for each size of valve and actuator provided. Instructions shall include detailed information for adjustments, recommendations for proper type of lubricants and parts list with part numbers and descriptions of material supplied. Manuals shall also include valve test data. The valves and valve actuators shall be palletized and delivered FOB DESTINATION to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, AZ 85364. Deliveries are due 24 weeks after receipt of the order (ARO). The following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items amended as follows: The following factors shall be used to evaluate offers: past performance and price. Past performance will consider the offeror's ability of satisfying past orders for the same or similar items and their past record of meeting delivery schedules. Price evaluation will include the total contract price (including option quantities). Past performance is slightly more important than price. For past performance evaluation, submit three (3) recent references for similar projects to include the Company Name, point of contact, telephone number, city and state. The government will award a contract to the Offeror whose offer conforms to this solicitation and will be the most advantageous to the Government, price and other factors considered. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall competed and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offeror; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 paragraph (b) is tailored to incorporate the following FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act-Supplies; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR Clause 52.217-7, Option for Increased Quantity - Separately Priced Line Items is included with the following statement provided - the Contracting Officer will have one year from date of award to exercise the option quantity. Full text of the Federal Acquisition Regulations can be found at http://www.arnet.gov/far. Quotes are to be submitted on letterhead to the Bureau of Reclamation, Attn: Myra Cordero (YAO-3100), 7301 Calle Agua Salada, Yuma, AZ 85364 by Thursday, September 13, 2007, 4:00 p.m. local time. In order to receive a contract award, contractors shall be registered in the Central Contractor Registration (CCR) System at http://www.ccr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=171915)
 
Place of Performance
Address: Yuma, Yuma County, Arizona
Zip Code: 85364
Country: US
 
Record
SN01394390-W 20070906/070904221635 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.