Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SOLICITATION NOTICE

Z -- Gate Controller - 1. Solicitation

Notice Date
6/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R15PS01089
 
Point of Contact
Dion Steele, Phone: (916) 978-4315
 
E-Mail Address
dsteele@usbr.gov
(dsteele@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
5. Wage Determination 4. Pictures 3. Pipe Gate Drawings 2. Performance Work Statement 1. Solicitation 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 R15PS01089 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 238290 with a small business size standard 15 Million is average sales for the past three years. In accordance with FAR 13.003(b)(1), this requirement is set-aside exclusively for small business and only qualified small business concerns may submit a quote. The DOI, Bureau of Reclamation requires the following items, Purchase Description Determined by Line Item, to the following: ITEM No. 0001: Contractor to provide supplies, labor and materials for the installation of a gate controller: BACKGROUND: The U.S. Bureau of Reclamation, Lake Berryessa Field Office operates a public boat launch on the western shore of Lake Berryessa. The launch ramp and parking area are open from 4:00am to 10:00pm, and the facility currently has two manually operated steel pipe gates to control traffic entering and exiting. Due to after-hours vandalism and trash dumping, Reclamation wants to limit traffic entering the facility to only open hours. SCOPE: This is a turn-key project and includes the design, fabrication, and installation of an automatic programmable control mechanism to open and close the existing steel pipe entry gate. (The exit lane has existing treadles to prevent vehicles from entering through that gate. No work is required for the exit side gate.) Provide all labor, materials, and equipment to provide a solution for the installation of an automatic programmable gate control mechanism, including the installation of conduit with electrical supply line. All installed materials and equipment shall be vandal resistant, and the operation of the gate shall be resistant to tampering. See attached photos of the existing gate. The gate's top rail is 4 inches in diameter and 13 feet long. The vertical post of the swinging portion of the gate is 4 inches in diameter and almost 4 feet tall. The actual weight of the gate is unknown, but likely weighs close to 2,000 pounds. REQUIREMENTS: When in a closed position the gate must be able to resist a minimum 3,000 pound force. Either install control(s) to utilize the existing slide-locking mechanism, or install electromagnetic plate or other means to lock the gate. Provide means to lock the gate in the closed position for times that the gate must remain closed if power fails. This may be accomplished by leaving the existing manually operated slide-locking mechanism. Provide a programmable timer device to open/close the gate at set times. In instances where power fails, the gate will be required to open automatically, unless locked in the closed position by Reclamation personnel. Install electric supply line, and install electrical service to the automatic gates in accordance with all state, county, and other applicable electrical codes. Existing electric service is located within pproximately 30 feet of the proposed location of the automatic gate mechanism. Concrete curb and asphalt pavement will likely require cutting to connect to the existing electrical service. Include an indicator to identify gate movement; safety loops on both sides of the gate to prevent the gate from opening or closing on vehicles; photo safety eye(s) to prevent the gate from opening or closing on pedestrians; keypad to allow for after-hour operations; an override/disable function for maintenance shutdowns; and a Knox Fire/Med keyed switch to allow rapid access for emergency personnel. Provide Best-Lock compatible locks for equipment housing and any other equipment needing locks. Padlock devices may also be provided. Upon completion of work, grade earth to match existing grade and repair concrete and/or asphalt cuts with asphalt/concrete in such a manner that there will be no bump or indentation. Match existing gate paint color in any areas disturbed during this work. Remove all waste material generated in the performance of this work and dispose at an approved landfill in accordance with all applicable federal, state, and local waste disposalregulations. This is a high use and often vandalized area and all proposals should include items,components, and strategies to help minimize vandalism, future maintenance, and/or repairs. BASIS OF AWARD: The Government will award a contract resulting from this solicitation to the responsive, responsible quote that conforms to the solicitation and will be most advantageous to the Government. The following factors shall be used to evaluate offers: PRICE - Award will be made to the lowest priced responsive and responsible quote. SUBMITAL: Quotes shall accompany product literature; and a brief description of how the unit will be installed. Submit your quotation with product literature to Dion T. Steele at dsteele@usbr.gov. POINT OF CONTACT: Contracting Officer: Dion Steele dsteele@usbr.gov Technical: Geoff Godfrey ggodfrey@usbr.gov SAM REGISTRATION: System for Award Management (SAM) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration and annual Representations and Certifications can be obtained via the Internet at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/68d8604e94119e4012f253732ef04f6d)
 
Place of Performance
Address: Napa County, California, Napa, California, 94558, United States
Zip Code: 94558
 
Record
SN03748191-W 20150603/150601234607-68d8604e94119e4012f253732ef04f6d (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.