SOLICITATION NOTICE
66 -- Slip Meters for Florida Farmers Ditch Company
- Notice Date
- 4/3/2018
- Notice Type
- Presolicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Bureau of Reclamation Upper Colorado Region Regional Office 125 South State Street, Room 8100 Salt Lake City UT 84138 US
- ZIP Code
- 00000
- Solicitation Number
- 140R4018Q0033
- Response Due
- 4/16/2018
- Archive Date
- 5/1/2018
- Point of Contact
- Lloyd, Donna
- Small Business Set-Aside
- N/A
- Description
- 140R4018Q0033 Bureau of Reclamation Upper Colorado Region 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. The solicitation number for this requirement is issued as a request for quotations (RFQ). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 issued 1/24/2018. This requirement is listed under NAICS 221310 and is not set-aside. The items required under this solicitation is as follows: 1.1. GENERAL DESCRIPTION The Florida Farmer ™s Ditch Company (FFDC) requires new slipmeters and gate controls for the Lone Pine and Kelly turnouts which are located near Durango, Colorado. (See attached directions and map.) The FFDC will remove the existing water control gates and other equipment to allow for the proper replacement and installation of the slipmeter equipment. The slipmeters will be installed by the FFDC personnel. These slipmeters and all associated equipment (control pedestal, motor, motor controller, power supply, solar panel, and gate control, etc.) must be received at 125 Smelter Place Durango, CO 81303 no later than August 15, 2018 and will be installed by the FFDC personnel by September 1, 2018. The manufacturer ™s representatives will be required for oversight and verification of satisfactory installation and to provide commissioning of the two systems. 1.2. SCHEDULE OF VALUES 1.2.1. Offers will be considered for award on the following schedule, but no offer will be considered for award on only a part of the Schedule. 1.2.2. Offerors shall complete the Schedule by inserting a price(s) in all the line items in the Schedule. 1.2.3. All offers are subject to the terms and conditions of this solicitation. 1.2.4. The quantities in the schedule are estimated quantities for comparison of offers only, and except as provided in the contract clause at FAR 52.211-18, śVariation in Estimated Quantity, ť no claim shall be made against the Government for overruns or underruns. 1.2.5. Definition: CLIN “ Contract Line Item Number 140R4018Q0033 Bureau of Reclamation Upper Colorado Region SCHEDULE CLIN Section Supplies or Services Quantity and Unit Unit Price Amount 0001 1.4, 1.5, 1.6 Slipmeter equivalent to Rubicon product no. SM- 750-750-1800, 2.5 ™ X 2.5 ™. Slipmeter designed for a 6- foot headwall height, fully submerged operation. 1 Each $ $ 0002 1.4, 1.5, 1.6 Slipmeter equivalent to Rubicon product no. SM- 600-600-1500, 2.0 ™ X 2.0 ™ Slipmeter designed for a 5- foot headwall height, fully submerged operation. 1 Each $ $ 0003 1.8 Installation Oversight, Training, and Commissioning 2 Days $ $ 1.3. SUBMITTALS 1.3.1. Submit manufacturer's catalog literature, product installation instructions, and data sheets. Installation instructions shall show dimensions for the materials of construction, and specifications for all the equipment being provided and all applicable warranty information (5 copies, upon delivery). 1.4. PRODUCTS 1.4.1. METER DESIGN 1.4.1.1. The contractor shall provide one slipmeter, equivalent to Rubicon product no. SM-750-750- 1800, 2.5 ™ X 2.5 ™ designed for a 6-foot headwall height, fully submerged operation. The 140R4018Q0033 Bureau of Reclamation Upper Colorado Region slipmeter shall be a fully-functioning system capable of measuring raw water flow from an open canal into a full pipe (closed conduit), within the accuracy specified below. 1.4.1.2. The contractor shall provide one slipmeter, equivalent to Rubicon product no. SM-600-000- 1500, 2.0 ™ X 2.0 ™ designed for a 5-foot headwall height, fully submerged operation. The slipmeter shall be a fully-functioning system capable of measuring raw water flow from an open canal into a full pipe, within the accuracy specified below. 1.4.1.3. Components and configuration of each system shall conform to the following specifications: SLIPMETER SPECIFICATION Measurement Method Meters shall use cross-path ultrasonic transit time utilizing ultrasonic technology to map the entire velocity field within the meter box. Transit Time Measurement Resolution 100 picoseconds Flow Measurement Frequency 2.5 seconds Flow Measurement Accuracy 2.5% at flows greater than >1ft/second Velocity Measurement Range >1ft/second Sensor Quantity 32 acoustic sensors Minimum Flow 2.0 X 2.0 ft. gate: 0.04 cfs, 2.5 X 2.5 ft gate: 0.06 cfs Data Tags 140 for integration into SCADA systems Data Storage Upload Modbus interface, local data logger, SCADA host data base Control Local of remote via SCADA Motor 12V DC Power Supply 12 V DC self-contained battery charged from solar panel or 120 V AC Solar Panel 85W monocrystalline Batteries Sealed gel lead acid with temperature sensor 1.5. CONTROL PEDESTAL 1.5.1. Each flowmeter shall incorporate a control pedestal that provides power and control to the motor operated gate. Electronic equipment and batteries shall be housed in a secure, weatherproof housing designed for electronic components and batteries. The pedestal shall include an antenna 140R4018Q0033 Bureau of Reclamation Upper Colorado Region for data transmission and also serve as a local user interface with a keypad and a LCD display allowing operators to control and troubleshoot on-site. 1.6. GATE AND GATE CONTROL 1.6.1. Gates and hardware shall replace existing slide gates and shall mount to existing concrete headwalls. Frames and gates shall be marine grade aluminum. Hardware shall be stainless steel. Seals shall be constructed of EDPM rubber (durometer 70 (shore A)). 1.6.2. Gates shall be motor operated designed for high duty cycle operation and provide precise gate positioning to within 0.02in. 1.6.3. Motor operator control system shall be capable of managing gate position, solar power regulation, battery charging, fusing, and control pedestal interface. 1.7. CONTRACTOR SERVICES 1.7.1. DELIVERY 1.7.1.1. The flowmeter systems shall be delivered to the jobsite (125 Smelter Place Durango, CO 81303) on or before August 15, 2018. The contractor shall coordinate the exact dates of delivery and installation with Reclamation Field Office 970-385-6557 at least two weeks in advance. 1.7.1.2. The contractor shall protect all parts from corrosion, deformation, and other types of damage during storage, handling, and delivery pursuant to the terms and conditions of the FOB Destination clause. 1.8. INSTALLATION, COMMISSIONING & TRAINING 1.8.1. Prior to commission each unit, the contractor shall be responsible for the slipmeter installation oversight to ensure proper installation of the slipmeter equipment at each jobsite (Lone Pine and Kelly turnouts). 1.8.2. The contractor shall provide at least one day of on-site commissioning of each unit (start up, test, and adjust). 1.8.3. The contractor shall provide a minimum one day of on-site training for each unit for the FFDC operating personnel and Reclamation personnel in attendance. The training will at a minimum provide operation manuals and demonstrations of the maintenance and operation of the units. 1.8.4. Additionally, the contractor shall provide a schedule for review of the installation process, commissioning, and training schedule two weeks prior to the onsite work. 140R4018Q0033 Bureau of Reclamation Upper Colorado Region The following Federal Acquisition Regulation Clauses and Provisions apply to this requirement: Provision 52.212-1, Instructions to Offerors “ Commercial Items, applies to this acquisition. The following addendums to 52.212-1 apply: 52.252-5 Authorized Deviations in Provisions, 52.204-16 Commercial and Government Entity Code Reporting, 1452.215-71 Use and Disclosure of Proposal Information “Department of the Interior, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ” Representation and Certification, WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations ”Bureau of Reclamation. Provision 52.212-2, Evaluation “ Commercial Items, applies to this acquisition and offers will be evaluated on technical, past performance, and cost/price. The following addendum to 52.212-2 applies: 52.211-6 Brand Name or Equal. Provision 52.212-3, Offeror Representations and Certifications “ Commercial Items, applies to this acquisition and offerors must have completed representations and certifications current in the System for Award Management System. The following addendum to 52.212-3 applies: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. Provision 52.252-1, Solicitation Provisions Incorporated by Reference. Clause 52.204-18 Commercial and Governmental Entity Code Maintenance (Jul 2016) Clause 52.212-4, Contract Terms and Conditions “ Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition with the additional following clauses applied: 52.222-03, Convict Labor (Jun 2003) 52.222-19, Child Labor “ Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combatting Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American ”Supplies (May 2014) (U.S.C. Chapter 83). 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) Alternate I (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer “ System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to small Business Subcontractors (DEC 2013) 140R4018Q0033 Bureau of Reclamation Upper Colorado Region 52.242-15, Stop Work Order (Aug 1989) 52.252-2 Clauses incorporated by Reference (FEB 1998) The following additional clause is required for this acquisition: DOI-AAAP-0028, Electronic Invoicing and Payment Requirements “ Invoice Processing Platform(IPP) (Apr 2013) Offers for this requirement are due Not Later Than Close of Business on April 16, 2018 and shall be emailed to the Contract Specialist, Donna Lloyd, at dlloyd@usbr.gov. For vendor convenience this announcement shall be attached as a word document to the notice and can be printed and supplied along with any required attachments as the vendor quotation. Questions regarding this solicitation shall be directed to the Contract Specialist listed above or to 801-524-3809. Directions: From Durango, CO to Pine Lateral: Travel east on Hwy 160 from Durango, approximately 7 miles to County Road 172. Travel south on County Road 172 approximately 1.5 miles to County Road 221. Travel east on County Road 221 approximately 1 mile to the Pine Lateral. From Durango, CO to Kelly Ditch: Travel south on Hwy 550 from Durango, approximately 5.5 miles to County Road 220. Travel east on County Road 220 approximately 2.5 miles to County Road 301. Travel south on County Road 301 approximately 3 miles to the Kelly Ditch. For information, or to coordinate delivery location please call Charlie McCoy at 970-749-9801. Florida Ditch Reservoir Ditch Kelly Ditch Lone Pine Lateral DURANGO Pine Ditch Pine Ditch Pine Ditch Ł ¤160 Ł ¤550 Ł ¤550 Ł ¤160 Ł ¤160 Ł ¤550 Ł ¤160 ST172 ST3 ST172 ST3 ST3 ST172 ST172 ST3 Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community Ăś
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/09383a4a254059d2d3298040affb8db9)
- Record
- SN04876116-W 20180405/180403231402-09383a4a254059d2d3298040affb8db9 (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 |