SOLICITATION NOTICE
48 -- Generator Air Housing Cooler Three Inch Gate Valves
- Notice Date
- 6/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R16PS00787
- Response Due
- 6/20/2016
- Archive Date
- 7/5/2016
- Point of Contact
- Dieguez, Leslie
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Reclamation (Reclamation), Lower Colorado Dams Office (LCDO) located in Boulder City, Nevada has a requirement to purchase sixty-four (64) three inch gate valves to isolate generator air housing coolers from service. It is anticipated that a 100 % quantity option will be exercised within 365 days from award date. This is a firm fixed-price requirement. All costs to supply and deliver the products shall be included in your quotation. (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) This requirement is being issued as solicitation no. R16PS00787. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-88. (iv) This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 332911 - Industrial Valve Manufacturing. The small business size standard for NAICS Code 332911 is 750 employees. (v) Contract Line Item Numbers: Line item 00010: Three Inch Gate Valves, Quantity: 64 each *OPTION LINE ITEM 00011: Three Inch Gate Valves, Quantity: 64 each (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver sixty-four (64) Generator Air Housing Cooler 3 Inch Gate Vavles, in accordance with the following salient characteristics: The following are the critical salient characteristics for this requirement: Valve specifications: 1. Size : 3 inch 2. Type : OS&Y gate with rising stem. 3. Class : 150 PSI 4. End connections : Raised-face, flange 5. Body & bonnet: Material : 1.25 CR &.5 Moly ASTM Class : A217 WC6 Service : up to 1000 degrees F (537 C) 6. Trim material (API Trim No. 8) Nominal trim: F6 / HF 13% Chromium AISI type 410 stainless steel Hard face is welded Cobalt base alloy. Seating surfaces : 13 CR ASTM A217 (CA 215) Stellite 6 Stem material : 13 CR (410) Temperature : 1100 degrees F (593 degrees C) 7. Standard gland packing material : Die-formed graphoil with braided graphite yarn 8. Industry standard specifications: Steel valves : ANSI B16.34 Face-to-face : ANSI B16.10 End-to-end : ANSI B16.10 Flange dimensions : ASME B16.5 Basic design: API 600 Test: API-598 9. Valve dimensions & weight Flange to flange (A) = 8.0 inches Height (B) to open = 19.0 inches Hand-wheel (C) diameter = 9.0 inches Weight = 74 pounds 10. An example of an acceptable product is the CRANE 47XUF gate valve that meets the specifications listed in items 1 thru 9 above. VENDOR MUST SUBMIT PRODUCT LITERATURE (I.E. PROPOSED PRODUCT SPEIFICATIONS) ALONG WITH ITS QUOTATION TO DEMONSTRATE HOW THE PROPOSED PRODUCT MEETS THE ABOVE SALIENT CHARACTERISTICS. (vii) Delivery date for this requirement is 30 days after award. Place of delivery is Bureau of Reclamation, Lower Colorado Region-Hoover Dam, Hoover Dam Central Warehouse State Route 172, Boulder City, NV 89005. Shipping must be free on board (FOB) Destination. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. Please ensure a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes product literature and part number of product being offered. (ix) FAR Provision 52.212-2 is not applicable to this RFQ. Determination of award will be based on the lowest priced after all required salient characteristics are meet, responsive quote from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-06, 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 52.222-03, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-03, Buy American-Free Trade Agreements' Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provisions: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.217-05, Evaluation of Options 52.252-5, Authorized Deviations in Provisions 1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies ¿ Child Labor - Bureau of Reclamation 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations - Bureau of Reclamation Clauses: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.217-07, Option for Increased Quantity - Separately Priced Line Item 52.232-40, Providing Accelerated Payment to Small Business Subcontractors 52.242-15, Stop-Work Order 52.252-06, Authorized Deviations in Clauses 1452.237-80, Security Requirements - Bureau of Reclamation Government Administration Personnel - Bureau of Reclamation Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to Leslie Dieguez at ldieguez@usbr.gov by no later than Wednesday, June 15, 2015, by 2:00 P.M., local time. Quotes are due by no later than Monday, June 20, 2016 by 4:00 PM, local time. Responsible offerors are requested to submit a quote for this requirement. Quotations shall be submitted electronically via email to ldieguez@usbr.gov and jschilke@usbr.gov. This is a firm fixed-price requirement. All costs to supply and deliver the products shall be included. (xvi) The primary Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at ldieguez@usbr.gov, or by phone at 702-293-8369. The secondary point of contact for this solicitation is Ms. Jennalyn Schilke. She may be reached at 702-293-8030, or via e-mail at jschilke@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5479e99f506125c6ed31321550b9453)
- Record
- SN04145545-W 20160612/160610233914-f5479e99f506125c6ed31321550b9453 (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 |