Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

42 -- Replace and repair Patterson Fire Pump

Notice Date
6/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - GLCA - Glen Canyon National Recreation Area Wahweap Warehouse (shipping address)P.O. Box 1507 Page AZ 86040
 
ZIP Code
86040
 
Solicitation Number
Q7430100109
 
Response Due
6/10/2010
 
Archive Date
6/2/2011
 
Point of Contact
Demetrius J Fletcher Contract Specialist 9286086509 Demetrius_fletcher@nps.gov;
 
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 the Federal Acquisition Regulations (FAR) 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 request is being issued as Request for Quotation Q7430100109. The Federal Acquisition Regulation (FAR) clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-41. FAR clauses and provisions are available through Internet access at http://www.arnet.gov/far. This is 100% set aside for small business and the small business size standard is 500 employees. The National Park Service encourages the participation of disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 423830. The Government anticipates making a single award for this solicitation; vendors must quote on all items for their quote to be considered. The following is the name and description of the requirements for this acquisition. 1. Patterson fire pump M/N 4x3x11ES, S/N FP-C039457, National diesel M/N BF4M1011F, S/N 00798214, Fire Pump Controller M/N LX3100-PEP12N and Flo-Pak Domestic booster system M/N APC-CS-OS-P, S/N A003177. 2. 2-Grundfos M/N CR16-30 UGA-AUUE, clean, disassemble and inspect. Replace impellers, shaft, bearings, mechanical seal, gaskets and all required hardware. Reassemble and reinstall. Total$_____________. 3. Provide and install new Baldor 7 Hp, 3450 RPM, 208-230/1/60, 213TC TEFC Electric Motor, install on repaired pump, adjust and start. Total$_____________. 4. Domestic Booster Control Panel, replace service disconnect, pump 1 HOA switch, pump 1 contactor W/ OL's and test. Provide replacement pressure transmitter (suction and discharge). Total$_____________. 5. Provide onetime training and pre-programmed PLC, install and start. Total$_____________. 6. Repair Cla Pressure Reducing Valves and pilot valves, install new diaphragms, springs, o-rings and gaskets, reassemble, start and adjust. Total$_____________. 7. Service Engine as required per NFPA, replace Batteries as required per NFPA and replace Block Heater. Total$_____________. 8. Repair FPC; replace Battery Charger, Gauge Transducer, and Chart Recorder, Test Solenoid, reassemble and test. Total$_____________. 9. Replace copper suction and return fuel line as required with schedule 40 black iron. Total$_____________. 10. Provide Annual Fire Pump Performance Test as per NFPA 25. Test; adjust Domestic Booster System to original start-up settings (2003). Total$_____________. Delivered to: Navajo National Monument, HC 71 Box 3, Tonalea Arizona 86044-9704 Total$ __________________ Quotors/Bidders must review and comply with the FAR Provisions or Clauses that apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid/offer. Contractor must download from the internet and complete per instructions.; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52232-33 Payment by Electronic funds Transfer - Central Contractor Registration. OFFERS ARE DUE for this combined synopsis/solicitation on June 10, 2010 at 2:00PM Local Time and shall be delivered by that specified time to the National Park Service, Glen Canyon National Recreation Area, Attention: Demetrius Fletcher, PO Box 1507, Wahweap Warehouse, Page, Arizona 86040. Reference solicitation Q7430100109. Emailed or Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quotors must furnish the company name, official point of contact name, DUNS number, TIN Number, address, phone and fax number, email address. All questions regarding this solicitation should be faxed to Demetrius Fletcher at 928/608-6506. The Email address for the contracting officer is Demetrius_fletcher@nps.gov. NOTICE OF IMPORTANCE: As part of the E-Government integrated Acquisition Environment (IAE) initiative through the Federal Government, all vendors must be registered on the Central Contractor Registration (CCR) website (www.ccr.gov). If your firm has not yet registered on CCR or your firm needs to make any updates to your vendor record at CCR, please do so immediately at www.ccr.gov. Failure to register at CCR and update your vendor record, will adversely affect your firm receiving payments in a timely manner. END of combined synopsis/solicitation. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7430100109/listing.html)
 
Place of Performance
Address: Navajo National MonumentHC 71, Box 3Tonalea, AZ 86044-9704
Zip Code: 860401507
 
Record
SN02165528-W 20100604/100602234558-7a8df6886ea274d92afe70f91a033a82 (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.