SOLICITATION NOTICE
46 -- Purchase of Millipore SDI Tape
- Notice Date
- 6/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation -Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
- ZIP Code
- 85364
- Solicitation Number
- 09SQ340102
- Response Due
- 6/22/2009
- Archive Date
- 6/12/2010
- Point of Contact
- Veronica Rodriguez Purchasing Agent 9283438266 vrodriguez@lc.usbr.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), number 09SQ340102 which incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-32. This is a Small Business Set Aside under the North American Industry Classification Systems Code 333319, and the small business size standard is 500 employees. The Bureau of Reclamation, Yuma Area Office has a requirement to acquire 150 rolls of Plugging Factor Tape, Silt Density Index 0.45 Micron, per the following specifications: 1.0Millipore Plugging Factor Tape (MPFT) The contractor shall provide the MPFT that shall conform to the requirements of this specification. A total of 150 rolls of MPFT are required. The MPFT shall be Millipore catalog number SA1J138H6, HAWP membrane and the rolls will not have backing strips. The MPFT shall be membrane mixed cellulose acetate ester, 1-inch wide by 100 feet long rolls, with no splices. The MPFT shall be wound on a 1-1/4-inch wide by 3-inch diameter schedule 40 PVC pipe. All MPFT rolls shall have a unique serial number attached and be individually wrapped and sealed. The membrane shall be 0.45 micron to meet ASTM Method D4189-95, the Standard Test Method for Silt Density Index (SDI) of water. Each lot number shall pass a BUBBLE POINT test of 30 pounds per square (psi) minimum and 36 psi maximum. Each lot number shall also pass a FLOW RATE test, at 30 psi, of 31 milliliters per minute (mL/min) minimum and 350 mL/min maximum @ 77 degree F. The MPFT shall be autoclavable and rated to operate at ambient temperatures of 50 degree F to 120 degree F. The membrane material shall remain pliable in adverse ambient temperature affects over a 12 month period. MPFT lot number to lot number and sample to sample repeatability of membrane performance shall not exceed 10.0 percent of reading utilizing a standardized water source and ASTM Method D4189-95, the Standard Test Method for SDI of water. MPFT samples shall be provided and available in rolls for evaluation and field testing. 2.0Contractor Responsibility The following items are the responsibility of the contractor. Any costs related to these items shall be included in the bid price. 2.1Backing Strips The contractor shall furnish an affidavit stating the MPFT rolls will not have backing strips. The affidavits shall be furnished with the RFQ documents 2.2Millipore Certification The contractor shall furnish written certification from Millipore that each lot number of MPFT meets or exceeds requirements of this specification. The certification(s) shall be furnished at the time of delivery of the MPFT. 3.0Submittals Two copies of the following items shall be submitted by the contractor: 3.1 Affidavit stating the MPFT rolls will not have backing strips. The affidavits shall be furnished with the RFQ documents.3.2 Written certification from Millipore stating that each lot number of MPFT meets or exceeds the requirements of this specification. 3.3 The certification(s) shall be furnished at the time of delivery of the MPFT. 4.0Delivery Schedule FOB Destination shall be to the Bureau of Reclamation, Yuma Area Office, Warehouse, 7301 Calle Agua Salada, Yuma, AZ 85364. All items shall be delivered as soon as possible, but no later than 45 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 7:30am to 3:30 p.m., no shipments shall be made on Federal Holidays. Brand Name Justification: -Tape shall be membrane mixed cellulose acetate ester, 1-inch wide by 100 feet long, with no splices.-Tape shall be wound on a 1-1/4 inch wide by 3-inch diameter schedule 40 PVC Pipe.-Tape roll shall have a unique serial number attached and be individually wrapped and sealed.-Tape shall be 0.45 micron to meet ASTM Method D4189-95, the Standard Test Method for SDI of water.-Tape shall pass a BUBBLE POINT test of 30 pounds per square (psi) minimum and 36 psi maximum.-Tape shall pass a FLOW RATE test, at 30 psi, of 31 milliliters per minute (mL/min) minimum and 350 mL/min maximum @ 77 degree F.-Tape shall be autoclavable and rated to operate at ambient temperatures of 50 degree F to 120 degree F.-Tape membrane material shall remain pliable in adverse ambient temperature affects over a 12 month period. The membrane material shall be tested by folding the tape and pressing to test elasticity over a 12 month period.-Tape to Tape and sample to sample repeatability of membrane performance shall not exceed (10.0 percent of reading utilizing a standardized water source and ASTM Method D4189-95, the Standard Test Method for SDI of water.-Tape samples shall be provided and available in rolls for evaluation and field testing. Millipore Plugging Factor Tape is the only known tested source to meet ASTM Method D4189-95 standards.Quotes are due by 4:00 p.m. MST, Monday, June 15, 2009. The FOB Point is Destination to Bureau of Reclamation, Yuma Area Office, Attention: Warehouse, 7301 Calle Agua Salada, Yuma, AZ 85364. Award will be made to the lowest responsive, responsible offeror who meets the Government's need. Vendors are reminded that effective October 1, 2003, prospective vendors must be registered in the Central Contractor Registration (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) Email 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. 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. 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; 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 (June 2008) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2009), the referenced clauses: (1) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (2) 52.219-28 Post Award Small Business Program Representatives (June 2007), (3) 52.222-3 Convict Labor (June 2003), (4) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008), (5) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (6) 52.222-26 Equal Opportunity (Mar 2007), (7) 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), (8) 52.222-50 Combating Trafficking in Persons (Aug 2007), (9) 52.225-1 Buy American Act - Supplies (June 2003), (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (11) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). 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. This announcement will close at 4:00 PM, local time, on June 22, 2009. Oral communications are not acceptable in response to this notice. The point of contact is Ms. Veronica Rodriguez, Purchasing Agent who can be reached at 928-343-8266. Offerors shall submit their quotes via email to vrodriguez@usbr.gov or via facsimile, 928-343-8568.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/09SQ340102/listing.html)
- Place of Performance
- Address: Yuma, AZ<br />
- Zip Code: 85364<br />
- Zip Code: 85364<br />
- Record
- SN01843239-W 20090614/090612235000-10b4a41067069f412f80139374ab6453 (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 |