SOLICITATION NOTICE
36 -- 36-Yuma Desalting Plant Reverse Osmosis Pump Shaft Assemblies
- Notice Date
- 11/6/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Bureau of Reclamation -Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
- ZIP Code
- 85364
- Solicitation Number
- 09SQ340026
- Response Due
- 10/24/2008
- Archive Date
- 11/6/2009
- Point of Contact
- Virginia Toledo Contract Specialist 9283438136 ;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is an Amendment to a previously Synopsis/Solicitation posted on October 6, 2008. The reason of the Amendment is to change the delivery time requirement from a 90 day delivery to a 120 day delivery after receipt of the award. Offerors previously submitted quotes do not need to resubmit, unless they wish to revise or withdraw their quote previously submitted. This is 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; quotations are being requested and a written solicitation will not be issued. This procurement is 100% set aside for small business concerns. The associated North American Industrial Code System code for this solicitation is 333911and the Small Business Size Standard is 500 employees. Quotations shall include, proposed delivery in days, pricing for items with shipping included in unit price, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Contractor shall furnish and deliver two (2) complete pump shaft assemblies comprised of a top shaft, bowl shaft, collar coupling set, and a coupling sleeve for the Yuma Desalting Plant, Yuma, Arizona per the following: General InformationThe large RO Pumps at the Yuma Desalting Plant are 2250 hp, 1200 rpm, 5 stage vertical turbine pumps which supply reverse osmosis membranes with up to 6,800 gpm of brackish water at 416 psig. The pump shaft is a five-part assembly comprised of a top shaft, bowl shaft, collar coupling set and a coupling sleeve. Material of ConstructionContractor to supply all materials. The material for all shafts and collars to be SA-276, Type 316 stainless steel, UNS Designation S31600. All remaining parts to be 316 stainless steel. Mill test reports and X-Ray Florescence (XRF) Spectrometer confirmation required. Government may choose to witness the XRF confirmation. Top shaftThe top shaft has an overall length of 161.502 inches. The top of the shaft will be threaded to accommodate the coupling nut on the motor shaft, and the bottom of the shaft will be machined with a 3.308 inch coupling collar with a male tab to mate with the collar on the top of the bowl shaft. The bearing and seal surfaces are to be highly polished, completely free of pits, burrs and sharp edges. The mating bearings are phenolic resin type. Vendor may propose different methods of hardening the shaft bearing faces and the Government may evaluate and select one of the hardening options proposed. Bowl shaft: The bowl shaft has an overall length of 173.063 inches. The top of the bowl shaft will be machined with a 3.308 inch coupling collar with a female tab to mate with the bottom of the top shaft. Bearing surfaces to be highly polished, completely free of pits, burrs and sharp edges. The mating bearings are phenolic resin type. Collar coupling set: The collar coupling set is made up of two halves that together form a locking drum that fits over the locking collars at the ends of the two shaft pieces as shown in drawing 1292-303-5738. Coupling sleeve: The coupling sleeve will be 25.906 inches in length with an inside diameter of 4.332 inches. There will be 4 holes tapped for -20 set screws in line on the sleeve as shown on drawing 1292-303-5738. Tolerances: Tolerance for all OD dimensions to be +.000 inch, -.001inch Tolerance for all ID dimensions to be +.001 inch, -.000 inch Total indicated runout along entire length not to exceed.003 inch Government Supplied Items Reference Drawings 1292M-D-11-63 -Motor Driven Pumping Units, 18"1292M-D-10-42 -18" Pump Sectional Assembly, Energy Recovery1292-303-5738 -R.O. Pump #8 Pump Shaft (Two Pieces)1292-303-5266 -Phenolic Resin Bearings1292-303-5321-Top Phenolic Bearing Section Interested parities shall request drawings via email to Ms. Virginia Toledo at vtoledo@lc.usbr.gov or Myra Cordero at mcordero@lc.usbr.gov. Used Shaft Assembly This specification was reverse engineered, so a used aluminum-bronze shaft assembly will be provided for reference to the selected offeror. The original material for these pumps was aluminum-bronze C63000, but is being changed due to corrosion. The used shaft assembly shall be returned to the Government at the completion of the job. Verification of Dimensions After becoming familiar with all details of the work, the Contractor shall verify all dimensions on the used shaft assembly, and shall advise the Contracting Officer's Representative of any discrepancy. Contractor shall not perform the work until the Contracting Officer's Representative has resolved the differences. FOB Destination shall be to the Bureau of Reclamation, Warehouse, 7301 Calle Agua Salada, Yuma, AZ 85364. All items shall be delivered as soon as possible, not later than 120 days after award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to the Bureau of Reclamation Warehouse, Yuma, AZ. Shipments are only allowed during normal business hours of Monday thru Friday 7:00am to 3:30 p.m., no shipments shall be made on Federal Holidays. 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. The Government will award a contract resulting from this solicitation to the lowest technical acceptable offeror whose offer conforms to the solicitation requirements. Offerors shall include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirement. The Contractor shall have (5) years experience successfully fabricating multi-part shafts for large vertical turbine pumps. In addition, offerors shall provide references from previous customers for similar work on large vertical turbine pumps. These references should include a narrative summary in sufficient detail that describes the work performed. Include customer name, contact point and telephone number, contract amount and the start and end dates of the job. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. Offerors 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 offeror 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. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. The RFQ number is 09SQ340026. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27. It is the responsibility of the contractor 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: 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. The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008) (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. At a minimum, responsible sources shall provide the following: a price quote on letterhead for each of the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Duns Number, and Cage Code. Any questions with regard to this requirement shall be addresses to the Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 4:00 PM, local time, on November 14, 2008. Oral communications are not acceptable in response to this notice. Point of contact is Ms. Virginia Toledo, Contract Specialist who can be reached at 928-343-8136 or Myra Cordero, Alternate Contract Specialist at 928-343-8134. Offerors shall submit their quotes either via facsimile (928-343-8568), or email to vtoledo@lc.usbr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5450caa1fc3a850cbc8adde2bc5bc354&tab=core&_cview=1)
- Place of Performance
- Address: Yuma, AZ<br />
- Zip Code: 85364<br />
- Zip Code: 85364<br />
- Record
- SN01701688-W 20081108/081106214930-5450caa1fc3a850cbc8adde2bc5bc354 (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 |