Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
SOLICITATION NOTICE

34 -- Supply 6" Wireline Drilling System

Notice Date
7/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 PO Box 36900 Billings MT 59107
 
ZIP Code
59107
 
Solicitation Number
R12PS60338
 
Response Due
8/17/2012
 
Archive Date
7/27/2013
 
Point of Contact
Amanda Somerville Contracting Officer 4062477797 ;
 
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 of the Federal Acquisition Regulations, 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. In order to facilitate the electronic submission of quotations, Request for Quotation (RFQ) number R12PS60338 is being issued simultaneously to this announcement. Reclamation anticipates award of a contract for a 6" wireline drilling system to the Great Plains Regional Office in Billings, Montana. The work under this combined synopsis / solicitation provides for the furnishing of all labor, materials, transportation, supplies (unless otherwise specified), equipment, supervision and other items and incidental services necessary to satisfactorily deliver the 6" wireline system. In accordance with the procedures in FAR Part 5 and 12, RFQ Number R12PS60338 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. The solicitation is being issued as a total small business set-aside under the North American Industry Classification System (NAICS) Code 333132, Oil and Gas Field Machinery and Equipment Manufacturing. The applicable size standard is 500 employees. The resulting purchase order will be a firm-fixed price type. Line Item 0001 - 6" Wireline Drilling System Contractor shall delivery a complete 6" wireline system, to include: One 8 inch X 5.875 inch X 5 feet Wireline Outer barrel compete assembly One 8 inch X 5.875 inch X 5 feet Wireline Inner Tube with compete assembly with split inner barrel One Overshot/ Retrieval assembly for the Inner tube assembly One Positive Latch Lowering Tool for the Overshot assembly One Loading Funnel One Reaming Shell, Diamond One Reaming Shell, Impregnated Type One Core Barrel Bit, Impregnated Type One Core Barrel Bit, Impregnated Type One- 5 feet split Inner tube Spanner wrenches for inner barrel Two- Core Lifter Cases Four- Core Lifter / Hard Face Four- Core Lifter Skirtless / Hard Face Two- 8 inch X 7 inch X 5 feet Wireline Drill Rods Two- 8 inch X 7 inch X 10 feet Wireline Drill Rods Five- 8 inch X 7 inch X 20 feet Wireline Drill Rods Two subs, The Box end of sub shall be 2 3/8 IF and the pin end shall fit the box of the drill rods F.O.B. Destination, Billings, Montana Offerors shall complete clause GPS-K.1 References (Great Plains) located in Section 8 of the solicitation by providing at least 3 Federal Government references that the company has made and sold the 6" wireline drilling system to previously. If the offeror cannot furnish any Federal clients, it should list other clients. Include names, addresses, telephone numbers, and contract numbers. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The evaluation factors are company experience, past performance, and price; listed in order of importance. Company experience and past performance, when combined, are more important than price. The Government reserves the right to make award to other than the lowest offer if it is determined that the technical benefits of another offer justify its higher price. The Government also reserves the right to make award to the lowest price offer if it is determined that the price premium involved in awarding to a higher offer is not justified. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-60. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 52.204-07, Central Contractor Registration 52.212-01, Instructions to Offerors--Commercial Items 52.212-02, Evaluation - Commercial Items 52.212-03, Offeror Representations and Certifications - Commercial Items 52.212-04, Contract Terms and Conditions--Commercial Items 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-03, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-05, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration; 52.233-03 52.247-34, F.O.B Destination 52.252-02, Clauses Incorporation By Reference DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION 1452.215-71, Use and Disclosure of Proposal Information--Department of the Interior DIAPR 2012-05, Class Deviation - Limitation with Respect to Felony Criminal Convictions and Delinquent Tax Debts RECLAMATION ACQUISITION REGULATION ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation WBR 1452.223-81, Safety and Health - Bureau of Reclamation WBR 1452.222-80, Notice of Applicability-Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation GREAT PLAINS INTERNAL GPS.K.1, References Quotes are due no later than Friday, August 17, 2012, by 2:00 p.m. Mountain Daylight Time. All responsible sources who submit a timely quote will be considered for award. Quotes may be submitted electronically, e-mailed to ASomerville@usbr.gov, or faxed to 406-247-7798. For further information, offerors may contact Amanda Somerville at 406-247-7797 or ASomerville@usbr.gov. NOTE 1 - CCR: Effective October 1, 2003, any contractor interested in doing business with the federal government must be actively registered in the Central Contractor Registration. Contractors may register at http://www.ccr.gov. NOTE 2 - ORCA: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the government must complete their representations and certifications online. All representations and certifications, which use to appear in Section K, are now located online. To complete the online representations and certifications, contractors shall register in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a26ed3a5131818748bcd0637ddbe0e3)
 
Place of Performance
Address: Great Plains Regional Office, BIllings, Montana (Yellowstone County)
Zip Code: 591073690
 
Record
SN02818616-W 20120729/120728000617-9a26ed3a5131818748bcd0637ddbe0e3 (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.