SOLICITATION NOTICE
28 -- Upper and Lower guide bearings - Turbine/Generator - RFQ IBM13Q0003
- Notice Date
- 6/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332991
— Ball and Roller Bearing Manufacturing
- Contracting Office
- International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902, United States
- ZIP Code
- 79902
- Solicitation Number
- IBM13Q0003
- Point of Contact
- Sylvia Grindstaff, Phone: 9158324121
- E-Mail Address
-
sylvia.grindstaff@ibwc.gov
(sylvia.grindstaff@ibwc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ IBM13Q0003, SOW and Wage Determination This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued separately. Solicitation IBM13Q0003 is being issued in a Request for Quotes (RFQ) format. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. IBM13Q0003 is a total set-aside acquisition for small businesses. The associated North American Industry Classification System (NAICS) code is 332991 - Ball and Roller Bearing Manufacturing, with a corresponding small business standard of 750 employees. Only offers from small businesses will be considered for this solicitation. Description: The international Boundary and Water Commission (IBWC) is seeking price quotes for: Two (2) each Upper guide bearing of the generator and One (1) Lower guide bearing of the generator to be remachined and rebabbitt due to wear thru the years on turbine and generator guides. The bearings will be transported to a fully operational facility with its accessories. The contractor is not responsible for the transportation services. The contractor will provide all labor, equipment, and materials necessary to safely unload the three bearings from transportation service provided by the government. The bearings will also be fully cleaned from all oils, metals, and any type of residues and debris. The contractor will fully inspect the bearings and arrange a conference call with our Machinist to learn about our practice of installation when assembling/disassembling the units. Contractor will explain how they plan to perform the work and provide any recommendations in our practice. The rebuilding of all three bearings shall meet or exceed OEM specification, ASTM, ASME latest standards. All three bearings shall be cast with 100% Virgin Metal and rebabbitting using ASTM-B23 alloy #2 Babbitt. They will also perform an ultrasonic bond inspection, finish machining, and perform a final inspection of completed bearing and supplies. Any sharp edges shall be eliminated. Provide information of bonding material used to assure bonding on metal. The contractor will provided a set of new blue prints for each bearing with details of dimension, tolerances, material, and manufacturer notes. The complete work shall be performed within 15 working days to 25 working days for all three bearings. Upper Guide Bearing inner clearance is 28.012 inches with minus 0.001mils but nothing on the plus side. Lower Guide Bearing clearance is: 30.012 inches. Installation is performed in sections and by torque between 270 lbs and 300 lbs. No metal filler gauges of 0.001 mils between segments shall go thru. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made to the low, responsive, responsible bidder meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standard are: (1) Technical capability of the item offered to meet the Government requirement. Interested vendors shall complete and return a copy of provision of 52.212-3 Offeror Representations and Certifications-Commercial Items or update and complete ORCA online through the System of Award Management (SAM) database at https//www.sam.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to the acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. Vendors are required to register or update their registration in the SAM database. This registration is required to receive contract award and will facilitate payment. Offers are due for this combined synopsis/solicitation by (June 28, 2013, 1400 MST). Mailing address is IBWC, Attn: ACQ (Sylvia Grindstaff), 4171 N. Mesa, Bldg C 100, El Paso, TX 79902. You may e-mail your offer to sylvia.grindstaff@ibwc.gov. NO FAX QUOTES WILL BE ACCEPTED. For information regarding this RFQ contact Sylvia Grindstaff (915) 832-4121 or email Sylvia.Grindstaff@ibwc.gov. END of combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/IBWC/IMD/ElPasoTX/IBM13Q0003/listing.html)
- Place of Performance
- Address: 1 FM 2098 Reservoir Road, Falcon Heights, Texas, 79545, United States
- Zip Code: 79545
- Zip Code: 79545
- Record
- SN03094648-W 20130622/130620234815-3d4365e3e894a1b1430f093ab7da6166 (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 |