SOLICITATION NOTICE
95 -- MAGNESIUM ANODES
- Notice Date
- 7/30/2013
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R13PS80575
- Response Due
- 8/5/2013
- Archive Date
- 7/30/2014
- Point of Contact
- Marcus Johnson Contract Specialist 3034452494 ;
- 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
- (i) 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. (ii) Solicitation R13PS80575 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. (iv) This is a 100% small business set aside. The applicable NAICS is 331491 and the associated size standard is 750 employees. (v) A list of contract line item number(s) and items, quantities and units of measure. CLIN 0001High Potential Magnesium Anodes Quantity= 210 Unit of Issue=EA (vi) Description of requirements for the items to be acquired-The Reclamation materials Engineering and Research Laboratory, located at the Denver Federal Center, Denver, CO has a requirement for 210 High Potential Magnesium Anodes for a Galvanic Anode Cathodic Protection System on buried steel pipeline. These abides are a necessary component of the cathodic protection system. Technical Specifications are as follows: "Minimum of 20 pounds of magnesium anode material per anode, bare dimensions 55-60" in length and a cross-section of approximately 2.5" by 2.5" "High potential magnesium anode material specifically designed for cathodic protection systems and buried environments. "Anode material meeting or exceeding the requirements ASTM B 843 and Having a minimum potential of -1.700 volts referenced to a copper/copper sulfate reference electrode (CSE). "Contain a mild steel core that extends essentially the entire length of anode. The mild steel core shall be centered within the anode material and exposed on one end of the anode for the factory anode-to-cable connection. "The factory anode-to-anode cable connection, exposed mild steel core, and exposed copper cable potted in epoxy. "Silver-solder connection between the anode cable and mild steel core. "With 10 feet of factory-installed #12 AWG HMWPE (min 0.100" thickness) insulated stranded anode cable. "Chemical backfill: Approximately 75% gypsum, 20% bentonite, and 5% sodium sulfate. "Anode packaged in a plastic or heavy paper bag of sufficient thickness to protect electrode, backfill, and cloth bag during normal shipping and handling. (vii) Date(s) and place(s) of delivery and acceptance and FOB point.- Place of Performance is Mesa Verde National Park located in Mesa Verde, CO. Delivery required within 15 days after receipt of order (ARO). (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must submit a single volume proposal which includes an outline technical specifications detailed in section (vi) and a firm fixed price offer (to include all freight/shipping charges). (ix) The provision at 52.212-2, Evaluation -- Commercial Items Applies to this acquisition. The following factors, listed in descending order of importance, shall be used to evaluate offers: 1) Technical Specifications - The Offeror's proposal will be evaluated to the extent that the offeror's proposed specifications addresses all contract specifications described in section (vi). 2) Price - Price will be evaluated for price fair and reasonableness Technical and price will be evaluated evenly. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award to other than the lowest-priced schedule contractor if the superior technical submission warrants paying a premium. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, is applicable but see Para (xiii). (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the following; b(12), b(23), b(26), b(27), b(28), b(29), b(31), b(38),b(47). (xiii) The clause at 52.217-8, Option to extend services is applicable. The clause at 52.217-9, Option to extend the term of the contract is applicable. In order to be eligible for award, offerors must be registered, and have their Representations and Certifications uploaded, in the System for Award Management at www.sam.gov. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Offers shall be submitted electronically via email to Marcus L Johnson at mjohnson@usbr.gov and are due August 5, 2013 by 12:00 PM MDT. (xvi) Questions regarding this solicitation must be submitted in writing to Marcus L. Johnson at mjohnson@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5a899821a9fb428d44b1fdfbf29fd244)
- Place of Performance
- Address: MESA VERDE NATIONAL PARKMESA VERDE, CO 81330
- Zip Code: 81330
- Zip Code: 81330
- Record
- SN03130868-W 20130801/130730235049-5a899821a9fb428d44b1fdfbf29fd244 (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 |