SOLICITATION NOTICE
J -- Repair and service of Monyo and Tarby pumps
- Notice Date
- 10/8/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
- ZIP Code
- 89006
- Solicitation Number
- 09SQ301009
- Response Due
- 10/13/2008
- Archive Date
- 10/8/2009
- Point of Contact
- Carmen Bernhardt Purchasing Agent 7022938309 cbernhardt@lc.usbr.gov;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis/Solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued. The RFQ number is 09SQ301009. This procurement is 100% set aside for small business concerns. The associated North American Industrial Code System code for this solicitation is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the Small Business Size Standard is $7 million. Quotations shall include pricing for service and repairs, and new pumps as described, with shipping included in unit price, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, will be considered by the agency. The Bureau of Reclamation (Reclamation) has a need to establish a Blanket Purchase Agreement (BPA) for the service and repair, and/or replacement, of Monyo and Tarby pumps at Hoover Dam. Service provider must be experienced with Monyo and Tarby pumps and be able to provide the following: 1. Authorized dealer repair service at the Wastewater Treatment Facility at Hoover Dam as required by wastewater treatment regulatory discharge permit parameters for the States of Arizona, and State of Nevada public health requirements for a the public drinking water supply. 2. Twenty-four (24) hour emergency service, seven (7) days a week, with a response time of two (2) hours or less for service calls. 3. Service, repair, and/or replacement of Monyo and Tarby pumps that meet factory repair requirements and warranties. Reclamation is requesting commercial pricing to establish a Blanket Purchase Agreement (BPA) for a five year period. Interested vendors are requested to submit the following: 1. All applicable hourly service rates including overtime, weekend, and nightly rates.2. Applicable mileage rates.3. Pricing for Tarby Progressive Cavity Pump (9TP8CDQ-AAA); Tarby Progressive Cavity Pump (105T036CDQ158); and established catalog or list prices for all other types of pumps that may be installed in wastewater treatment facilities such as Hoover Dam. At a minimum, vendors shall provide the following: a price quote on letterhead for each of the requested items above. Vendors must clearly indicate their ability to meet the requirements for 24-hour service; a 2-hour response time; repair in compliance with the wastewater treatment discharge permit parameters for the State of Arizona for wastewater compliance, and Nevada Publlic Health requirements for public drinking water supply; and service, repair, and/or replacement of Monyo and Tarby pumps that meet factory repair and warranty requirements. Vendors shall submit three (3) references for service, repair, or replacement of Monyo and Tarby pumps, comparable to those to be serviced at Hoover Dam's waste water treatment facility, completed within the last three (3) years. These references should include a narrative summary in sufficient detail that describes the work performed. Include customer name, telephone number, contract amount, and the start and end dates of the job. A BPA will be established with a vendor based on their ability to provide the above requirements, prices, and past performance. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27. It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://www.arnet.gov/far The following clauses will apply to the resultant BPA: FAR 52.204-7 Central Contractor Registration; 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 (June 2008) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008), the referenced clauses: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), (2) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (3) 52.219-8 Utilization of Small Business Concerns (May 2004), (4) 52.219-14 Limitations on Subcontracting (Dec 1996), (4) 52.219-28 Post-Award Small Business Program Representation (June 2007), (5) 52.222-3 Convict Labor (June 2003), (6) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008), (7) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (8) 52.222-26 Equal Opportunity (Mar 2007), (9) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (10) 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), (11) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), (12) 52.222-50 Combating Trafficking in Persons (Aug 2007), (13) 52.225-1 Buy American Act - Supplies (June 2003), (14) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (15) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). Other applicable clauses: FAR 52.252-2 Clauses Incorporated by Reference. Vendors shall include a completed copy of the FAR provision at 52.212-03, Offeror Representations and Certifications - Commercial Items, with its offer, or be registered at www. ORCA.bpn.gov. After reviewing the ORCA database information, the vendor certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Vendors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Effective as of October 1, 2003, prospective vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or Cage Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. Responses to this announcement are due by 4:00 PM, local time, on October 13, 2008. Oral communications are not acceptable in response to this notice. Point of contact is Carmen Bernhardt, who can be reached at (702) 293-8309, or Diane Rodriguez, Alternate Contact at (702) 293-8368. Vendors shall submit their responses either via facsimile (702) 293-8050, or email to cbernhardt@lc.usbr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d948efdceba6236021c84513e8d35548&tab=core&_cview=1)
- Place of Performance
- Address: Hoover DamBoulder City, NV<br />
- Zip Code: 89006<br />
- Zip Code: 89006<br />
- Record
- SN01689877-W 20081010/081008215140-d948efdceba6236021c84513e8d35548 (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 |