Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
MODIFICATION

47 -- Water Line Materials

Notice Date
7/6/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
24290 Doane Mt Rd, Keystone, SD 57751
 
ZIP Code
57751
 
Solicitation Number
P12PS25504
 
Response Due
7/11/2012
 
Archive Date
1/7/2013
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 included in this notice.The solicitation number is P12PS25504 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 326122 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-11 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Hot Springs, SD 57747 The National Park Service requires the following items, Meet or Exceed, to the following: LI 001, pipe, 4-inch diameter IPS HDPE DR 7, High density, extra high molecular weight, polyethylene pipe, meeting AWWA C906, ANSI/NSF-61 listed for potable water, consisting of PE3608 resin conforming to ASTM D3350, dimension ratio DR 7, minimum 265 psi rated pressure for water at 80 degrees Fahrenheit, outside diameter shall be equivalent to standard iron pipe size (IPS), provide in minimum forty feet lengths., 1000, FT; LI 002, pipe, 2-inch diameter IPS HDPE DR7, High density, extra high molecular weight, polyethylene pipe, meeting AWWA C906, ANSI/NSF-61 listed for potable water, consisting of PE3608 resin conforming to ASTM D3350, dimension ratio DR 7, minimum 265 psi rated pressure for water at 80 degrees Fahrenheit, outside diameter shall be equivalent to standard iron pipe size (IPS), provide in minimum forty feet lengths., 200, FT; LI 003, Electrofusion Couplings, 4-inch diameter, Meeting AWWA C906, ANSI/NSF-61 listed for potable water, PE4710 resin conforming to ASTM D3350, compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit, 24 digit ISO compliant universal barcode label, size equivalent to standard iron pipe size (IPS)., 25, EA; LI 004, Electrofusion Couplings, 2-inch diameter, Meeting AWWA C906, ANSI/NSF-61 listed for potable water, PE4710 resin conforming to ASTM D3350, compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit, 24 digit ISO compliant universal barcode label, size equivalent to standard iron pipe size (IPS)., 6, EA; LI 005, Electrofusion Reducer Couplings, 4x2-inch diameter, Meeting AWWA C906, ANSI/NSF-61 listed for potable water, PE4710 resin conforming to ASTM D3350, compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit, 24 digit ISO compliant universal barcode label, size equivalent to standard iron pipe size (IPS)., 2, EA; LI 006, elbow, Electrofusion 45 degree, 4-inch diameter, Meeting AWWA C906, ANSI/NSF-61 listed for potable water, PE4710 resin conforming to ASTM D3350, compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit, 24 digit ISO compliant universal barcode label, size equivalent to standard iron pipe size (IPS)., 4, EA; LI 007, Tee with Spigot End, Electrofusion Equal, 4-inch diameter, Meeting AWWA C906, ANSI/NSF-61 listed for potable water, PE4710 resin conforming to ASTM D3350, compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit, 24 digit ISO compliant universal barcode label, size equivalent to standard iron pipe size (IPS)., 2, EA; LI 008, male threaded transition, 2-inch IPS diameter IPS DR7 HDPE x 304SS; 304 series stainless steel male threaded (NPT) to butt fusion DR 7 HDPE transition fitting compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit., 2, EA; LI 009, mechanical joint adapter kit, 4-inch diameter IPS HDPE to 4-inch DIP; Meeting AWWA C906, ANSI/NSF-61 listed for potable water, PE4710 resin conforming to ASTM D3350, compatible with PE3408, PE4710, PE100 and PE3608 pipe and fittings without any special fusion procedures, pressure rated at 230 psi for water at 80 degrees Fahrenheit, HDPE end size equivalent to standard iron pipe size (IPS), minimum overall length of 10-inches. Kit shall include full body gland ring, extended t-bolts with nuts and rubber gasket., 4, EA; LI 010, Electrofusion Welding Machine; Electrofusion machine suitable for welding low voltage HDPE and PP high pressure electrofusion ? inch diameter to 16 inch diameter fittings or couplings from 8 to 48 volts, 110/120 volt input power, 4mm connectors and adapters for 4.7mm pins, optic pen for bar code reader, memory for 4000 welding cycles, data download through USB port, with impact resistant storage case. Elektra 400 manufactured by Ritmo or approved equal., 1, EA; LI 011, Fire Hydrant, Meeting AWWA C502, 250 psi working pressure, 4-1/2 inch main valve opening designed so that removal of all working parts can be accomplished without excavating. ductile iron upper barrel with breakable traffic flange and epoxy primer and polyurethane coating system, frost free design with 6 foot trench depth, machined bronze hydrant seat with dual drain ports, hydrant valve consisting of iron top and bottom with EPDM rubber valve, spherical shaped epoxy coated base with 4-inch flanged connection. Model 4-1-2 Mark 73-5 manufactured by American Flow Control, Birmingham, AL or approved equal., 1, EA; LI 012, 4-inch Resilient Wedge Gate Valve with flanged x Mechanical Joint ends; Meeting AWWA C515, 250 psi rated working pressure, ductile iron body with all exterior and interior surfaces coated fusion bonded epoxy finish in meeting AWWAC550, ANSI/NSF-61 certified for potable water use, EPDM rubber coated ductile iron resilient wedge, 2 inch square operating nut, manganese bronze non-rising stem, open counter-clockwise, flanged one end and mechanical joint on other end. Series 2500 manufactured by American Flow Control, Birmingham, AL or approved equal., 1, EA; LI 013, 4-inch Resilient Wedge Gate Valve with Mechanical Joint ends; Meeting AWWA C515, 250 psi rated working pressure, ductile iron body with all exterior and interior surfaces coated fusion bonded epoxy finish in meeting AWWAC550, ANSI/NSF-61 certified for potable water use, EPDM rubber coated ductile iron resilient wedge, 2 inch square operating nut, manganese bronze non-rising stem, open counter-clockwise, mechanical joint both ends. Series 2500 manufactured by American Flow Control,Birmingham, AL or approved equal., 1, EA; LI 014, Valve Box and Cover; Minimum 5-inch inside diameter cast iron shaft, 2-piece screw adjustable from 39 inches to 60 inch overall height, cover marked "WATER", size no. 22 manufactured by Bingham & Taylor, Culpeper, VA or approved equal., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Park Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Park Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The U.S. Department of Interior, National Park Service, Wind Cave National Park, Hot Springs, South Dakota has a requirement for the purchase and delivery of water line materials. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference. The following Federal Acquisition Regulation (FAR) provisions are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; and FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The following FAR clauses are applicable: 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, with the following clauses applicable: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-13 Notice of Set-Aside of Orders, 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, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 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, and 52.211-6, Brand Name or Equal. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/Far/ or by contacting the contract specialist. Bid MUST be good for 30 calendar days after close of Buy. Prior to shipment, the contractor shall provide product specifications and product data sheets to the Contracting Officer. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Offeror must be registered and remain current and active in the Online Representations and Certifications Application (ORCA). This may be accessed through https://orca.bpn.gov/. Delivery is required within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The Government intends to award without discussions and the Government reserves the right not to make an award at all. The Government anticipates award of a commercial item, firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the Government (FAR Par 13)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS25504/listing.html)
 
Place of Performance
Address: Hot Springs, SD 57747
Zip Code: 57747-9430
 
Record
SN02795572-W 20120708/120706234221-f6fbf9557b5c20337352e7af910d7682 (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.