Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

99 -- Backflush Filter Tanks, Robert S. Kerr Navigation, Sallisaw, Oklahoma.

Notice Date
7/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Tulsa, US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-09-T-1094
 
Response Due
7/24/2009
 
Archive Date
9/22/2009
 
Point of Contact
tinacox, 9186697088<br />
 
E-Mail Address
US Army Engineer District, Tulsa
(tina.cox@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
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 notice is being posted as an avenue to provide Request for Quotation W912BV-09-T-1094. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. (i) 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government reserves the right to cancel this solicitation. (ii) The solicitation number is W912BV-09-T-1094, and the solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. This Request for Quotation incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far. (iv) This solicitation is reserved exclusively for HUBZone business concerns. The NAICS code is 332420 with a small business size standard of 500 employees. (v & vi) Description of Requirement: The US Army Corps of Engineers, Tulsa District requests the procurement of two new backflush filter tanks and filter media in accordance with following specifications: R.S. KERR BACKFLUSH FILTER TANKS SPECIFICATIONS 1. GENERAL 1.1 REQUIREMENTS FOR DESCRIPTIVE LITERATURE The following information and descriptive data shall be furnished with bid or proposal. Ommission of this data will result in proposals not being considered: (1) Basic Drawings and Descriptive Data to demonstrate compliance with technical requirements. (2) List of past experience for similar work including name and contact number. (3) Qualifications. Provide data as listed in paragraph 1.2 to demonstrate compliance. (4) Manufacturer's data and catalog literature. 1.2 QUALIFICATIONS The offeror of the backflush filter tank shall have a minimum (2) two years continuous experience in the design, fabrication and testing of backflush filter tanks of the size and type specified. A prospective bidder must have the necessary capital and experience, and own, control by firm option, or can procure the necessary plant to design, manufacture and deliver to the Robert S. Kerr powerhouse the backflush filter tanks and filter media. The company shall demonstrate the requirement for two years continous experience (minimum) in the design, fabrication and testing of backflush filter tanks by having published manufacturer's data and catalog literature. The literature should provide enough information so the government can determine that they have met the minimum requirements. 1.3 EVALUATION Initial evaluation will include the application of a pass/fail determination made based upon past performance and the qualification factors listed in 1.2. If proposals do not meet these requirements, they will not be considered. Proposals that meet the requirements will then be evaluated based upon the Lowest Price Technically Acceptable. 1.4 PERFORMANCE PERIOD AND DELIVERY The new backflush filter tanks shall be delivered FOB to R.S. Kerr powerhouse within 90 days after award of contract. 1.5 DELIVERY AND SHIPPING The two new backflush filter tanks and specified gravel and sand media shall be delivered to R.S. Kerr powerhouse. U.S. Army Corps of Engineers R.S. Kerr Powerhouse 29759 Powerhouse Road Keota, OK. 74941 The tanks shall be protected for shipping. Any damage to the tanks shall be made good at Contractors expense until tanks and media are delivered to the specified delivery point. The filter tanks and media shall be shipped in an open top truck so that they can be hoisted off the delivery truck with the powerhouse overhead bridge crane. The gravel and sand media shall be shipped in packaged containers or bags to be installed by others. Each individual gravel or sand media container or bag with contents shall not exceed 50 pounds. The location of the powerhouse is approximately 10 miles south of Sallisaw, OK. Delivery times shall be Monday Friday, 7:00 a.m 3:30 pm, excluding Federal holidays. Phone number at the powerhouse is 918-776-0319. 2. BACKFLUSH FILTER TANK SPECIFICATIONS (1) Volume Capacity is approximately 700 gallons. (2) The heads and shell shall be made of 3/16 inch (minimum) steel with a minimum tensile strength of 75,000 lbs. (3) Flow Rate Service is 60 gpm (4) Flow Rate Backflush is 160 gpm (5) Filter Rate is 3.8 gpm/sq. ft. (6) Filter Area = 15.9 sq. ft (minimum). (7) Diameter: 54 inches (8) Shell Height: 60 inches (9) Working Pressure: 50 psi, Safety Factor: 4 to 1 (minimum) (10) Test Pressure: 75 psi (11) Material: Steel, ASME Pressure Vessel Code stamped (12) Internal Lining: 10 mils epoxy (minimum). Tanks shall be sand blasted to white metal, primed and epoxy coated. (13) External Lining: Manufactures standard primer and paint. Tanks shall be sand blasted to white metal, primed and epoxy coated. (14) Water Distributer: The raw water inlet distributer shall be a dual stage water deflector type or similar device as approved by the government. The dual stage water deflector shall consists of a stainless steel disk and stainless steel concave plate to evenly distribute the incoming raw water over the filter media. Orifice type raw water distributer is not acceptable. (15) Orifice Controlled Multi-Baffle. Uniform collection of filtered water and uniform distribution of backwash water shall be provided under entire bed area. The configuration and size shall be per manufacturers design for specified filtered, backflush flow and pressure. All piping, baffles, etc. inside tank shall be installed by manufacturer. (16) Outflow and Drainage System. The filtered outflow shall be at lowest point of tank as shown on attached drawing. (17) Access to Interior: 14 x 18 manway (minimum) with neoprene or equivalent gasket. One spare gasket shall be provided per tank. (18) Supports: Angled steel legs and pads, manufacturers standard for size and type of tank. Adequate length for steel legs from bottom of tank flange to floor shall be provided for piping connections as shown on attached drawing. Steel skirt may be provided in lieu of steel legs provide adequate space is available for piping installation and maintenance. Design shall be for respective seismic zone. Location is approximately 10 miles south of Sallisaw, Oklahoma. (19) Connection Sizes: 3 inch, flanged (20) Pressure Gages: 2 required, dial type (21) Internal tank anodes: manufacturers standard 3. FILTER MEDIA (1) Filter Sand and Gravel: The volume of filter sand and media shall be calculated by manufacturer for depths specified for two tanks. (2) Bed depths: New Tanks Bottom layer, 5 inches stone, size 1-1/2 to 1 Second layer, 4 inches stone, size 1 to Third layer, 6 inches stone, x Fourth layer, 3 inches gravel, 1/8 x Fifth layer, 3 inches - No. 12 sand Top layer, 21 inches - No. 16 sand 4. WARRANTY Manufacturers standard 1 year warranty. (vii) This requirement is to be delivered FOB Destination to Rober S. Kerr Powerhouse, 29759 Powerhouse Road, Keota, Ok 74941 no later than 90 days after award of contract. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database NLT due date/time of solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. The completed 52.212-3, Offeror Representations and Certifications - Commercial Items must be submitted along with each quote unless offeror is registered in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-6, Notice of Total Small Business Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1, Buy American Act Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) The solicitation due date is 24 Jul 2009, at 1600 PM CST. Parties interested in responding to this RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and must include the following information: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. You are encouraged to submit quotes electronically. Electronic quotes are now being accepted via email tina.a.cox@usace.army.mil or by fax at 918-669-7495. Otherwise, please mail or hand carry to: U.S. Army Corps of Engineers Attn: Tina Cox / Contracting 1645 S. 101st E. Ave Tulsa, OK 74128 (xvi) Any questions regarding this solicitation MUST be submitted in writing (fax or email) to Tina Cox, Contract Specialist (contact info in preceding paragraph). A secondary point of contact is Stephanie Murphree, Contracting Officer at Stephanie.murphree@usace.army.mil or fax at 918-669-7495. (Please email both with questions and submitting quotes) Questions must be received no later than 11:00 AM on 21 July to ensure opportunity to provide answers. Additional Info: Additional documentation Contracting Office Address: US Army Corps of Engineers, Tulsa, 1645 S. 101st E. Ave, Tulsa, OK 74128. Place of Performance: US ARMY CORPS OF ENGINEERS, TULSA DISTRICT, ROBERT S. KERR POWERHOUSE, 29759 POWERHOUSE ROAD, KEOTA, OK 74941 US Point of Contact(s): Tina Cox, 918-669-7088 (Contract Questions) John Meyer, 918-669-4940 (Technical and Specification Questions)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-09-T-1094/listing.html)
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK<br />
Zip Code: 74128-4609<br />
 
Record
SN01869707-W 20090711/090709235236-d73543a9d8eb3d170dd59b3e8d3b9464 (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.