Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2018 FBO #6074
SOLICITATION NOTICE

25 -- Underbridge Inspection Truck (UBIT) - Diagram

Notice Date
7/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
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
140R1718Q0010
 
Point of Contact
Paula Collins, Phone: 509-633-6132
 
E-Mail Address
pcollins@usbr.gov
(pcollins@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
Diagram 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 140R1718Q0010 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order for the acquisition of the following: CLIN 0010 Under Bridge Inspection Truck, 1 each at $_______ for a total of $________. CLIN 0020 On-Site training for eight (8) operators, 1 job at $_______ for a total of $________. SPECIFICATIONS: CLIN 0010: The United States Bureau of Reclamation, Grand Coulee Power Office has a requirement for an Underbridge Inspection Truck (UBIT). UBIT shall provide over and under bridge access by making it possible to position a work platform/basket over and under a bridge deck anywhere within a defined operating envelope relative to the top surface of the roadway. This unit will be used for spillway drumgate flashboard removal, installation and maintenance as well as for general underbridge inspection, maintenance and light repair at Grand Coulee Dam. The vehicle shall include a truck chassis, flatbed body, underbridge aerial inspection device (UBAID), and any necessary equipment, components, accessories or options required to furnish a complete unit ready for safe and reliable operation. The aerial device shall be truck-mounted and hydraulically powered with a minimum of four (4) articulating boom sections, one (1) telescoping section, two (2) rotation turrets, and one (1) maneuverable two-person, 1000lb total capacity work platform. Platform shall have fully proportional controls and be designed and rated to simultaneously carry two (2) workers weighing 250lb each (500lb total), 100lb of tools/equipment and a 400lb drumgate flashboard. Additionally, the work platform shall include a removable jib-boom. Jib-boom shall be capable of supporting a payload of 400lb. at a distance of 30" beyond the platform exterior. Construction and stability of the completed unit shall conform to all current ANSI 92.8 regulations. With the work platform completely deployed, the truck shall be capable of being driven slowly forward or backward to provide continuous or overlapping areas of coverage. The vehicle must be capable of full operation while staying completely contained within a 102" traffic lane. All components of the aerial device shall be capable of being stowed inside the length and width of the flatbed body as defined below. Specification: Both the UBIT Chassis and Aerial Lifting Device shall be new and, in addition to all components, accessories and safety features considered standard and necessary to make a complete operating unit, shall include the following: 1) Performance: a) The UBIT shall be capable of placing workers in positions above, under and outside of the bridge described in these specifications and in a manner such that the workers can safely make physical contact with areas as indicated. 2) Pre-Delivery Service: a) When delivered, truck, transmission, auxiliary engine(s), all hydraulic systems and all coolant levels will be confirmed full with the manufacturers recommended quantity and grade of oil, fuel and coolant b) UBIT will be delivered in blemish-free, factory-new condition 3) Truck Chassis, Body & Drivetrain: a) Shall meet all minimum federal and state Department Of Transportation size, weight and safety requirements b) Shall be sufficiently strong to safely carry the UBAID in any/all conditions and shall meet or exceed all UBAID manufacturer's minimum strength requirements c) This facility currently uses a Bosch 3824 ESI heavy duty truck diagnostic scan tool. Vendor shall offer a vehicle that can utilize this diagnostic tool or include an appropriate diagnostic scan tool in the quote that can perform the following tasks: i) Read and clear fault codes ii) Cylinder cut-out testing iii) Cylinder compression/balance testing iv) Injector actuation testing v) Key component actuation testing vi) Key system tests d) Cab and chassis shall include: i) Power steering ii) An insulated headliner and back panel iii) Dual sun visors iv) Windshield washers v) Two (2) outside mirrors, with convex spots, both sides vi) Heaters vii) Windshield defroster with fan viii) Air conditioning ix) A horn x) An exterior high-mounted amber strobe light xi) Interior lighting e) Engine shall: i) Be sufficiently powerful to enable a 65MPH vehicle highway speed ii) Include a dry type air cleaner iii) Include a shielded exhaust system to protect personnel from burns. The tail-pipe/exhaust-pipe shall be configured to not interfere with the driver's view of the Bridge Inspection Unit. iv) Include a 115 volt, 1500 watt electric engine block heater f) Transmission shall: i) Be an automatic ii) Have a power take-off (PTO) provision iii) Be equipped with an in-cab PTO engagement light iv) Be geared to enable vehicle to travel up to 65 MPH g) Tires and wheels shall be new and: i) At a minimum front tires and wheels shall be 425/65R22.5 20 ply mounted on 12.25 steel disc wheels ii) At a minimum rear tires and wheels shall be 11R22.5 16 ply mounted on 8.25 steel disc wheels h) Safety Equipment: i) Three (3) fire extinguishers with one in each located in: (1) Truck cab (2) Pedestal operator's location (3) Workers platform ii) One (1) reflective triangle set 4) The Underbridge Inspection Aerial Device (UBIAD) Assembly shall include at a minimum all of the following components: a) Pedestal & Subframe: i) Both the pedestal and subframe shall be constructed of high strength steel and shall have sufficient strength to withstand all torsional, tensile and compressive stresses imposed by the boom assemblies with the maximum rated load in the deployed work platform ii) The pedestal shall be mounted behind the truck cab. The pedestal shall be welded to a subframe (either tubular or beam type) which shall extend the full length of the chassis frame for maximum strength iii) The subframe shall be fastened to the chassis frame with mounting plates and grade 8 bolts to facilitate future inspection and repair iv) A counterweight shall be attached to the pedestal assembly and shall rotate with the underbridge inspection unit opposing the weight of the booms and stay within the width of truck body when the booms are deployed b) Rotation Turrets (2 minimum): i) Primary turret (turret #1) shall be: (1) Mounted on the pedestal and hinged to the main boom. (2) Capable of rotating a minimum of 270° (3) Capable of rotating booms off either side of the vehicle. ii) Secondary turret (turret #2) shall be: (1) Mounted at the end of the main boom and hinged to secondary boom. (2) Capable of rotating a minimum of 180 with all booms fully deployed. (3) Automatically and hydraulically controlled (ie: not controlled by leveling arms) (4) Capable of being controlled manually by up to 5 degrees to adjust for sloping roadway iii) Both primary and secondary turrets shall: (1) Rotate on heavy-duty, sealed bearings which are protected against dirt and moisture and equipped with means for pressure lubrication. (2) Both have powered rotation mechanisms which automatically lock to prevent freewheeling in event of hydraulic failure. c) Booms: The UBIAD shall be equipped with articulating, hydraulically operated booms. Combined, booms must be capable of physically placing the work platform anywhere within the operating envelope as defined in section 4(e) below. One or more boom sections may be of telescoping design. All telescoping boom sections shall be equipped with high wear capacity nylon support rollers or pads. (1) The 1st (main) boom section shall: (a) Be capable of no less than 270° horizontal rotation. (b) Enable at least 10'-0" of horizontal sidewalk/sound barrier clearance. (c) Enable at least 11'-0" of vertical sidewalk/sound barrier clearance. (d) Be hinged to the mainframe pedestal turret. (2) The 2nd boom section shall: (a) Be attached to the end of the main boom. (b) Be capable of no less than 180° horizontal rotation. (c) Provide at least 22 ft. of vertical under-reach clearance as measure from roadway surface. (d) Be capable of placing the work platform in a position above, adjacent to or below the bridge fascia. (3) The 3rd boom section shall be hinged to the end of the 2nd boom. The third and fourth booms must together be capable of positioning the work platform a minimum of 52 ft. - 6" horizontally under the bridge when the second boom is in the vertical orientation. (4) The 4th boom section shall: (a) Be capable of articulating within a range of 90° above horizontal to approximately 30° below horizontal (to enable platform to operate at water level without any part of the UBAID having to be submerged). (b) Provide a reach of at least 10 ft. beyond the 3rd boom as measured from the top of the 3rd boom to the top of the platform. d) Boom Cylinders: i) Booms shall have full hydraulic powered cylinders. All cylinders shall be pilot operated, double-acting with integral safety holding valve. ii) All boom lift cylinder shafts shall be of corrosion resistant material. iii) Cylinder shall be attached to the booms with high strength, secured steel pins. e) Operating Envelope (see cross section drawing below): The UBAID must be capable of placing the work platform anywhere within a volume defined by the following: i) Not less than 52'-6" horizontally beneath roadway top surface ii) Not less than 57'-6" vertically beneath roadway top surface iii) Not less than 44'-0" vertically above roadway top surface f) Work Platform: The UBIT shall have one (1) 2-person work platform which shall: i) Be hinged at the end of the fourth boom. ii) Have fully proportional controls. iii) Have a total rated capacity of not less than 1000lb and shall be physically labeled accordingly by the manufacturer. iv) Be designed to simultaneously carry two (2) workers weighing 250lb each (500lb total), 100lb of tools/equipment and a 400lb drumgate flashboard off of the jib boom. v) Be kept level automatically at all times by a hydraulic leveling system. vi) Physically measure at least 40 in. high x 60 in. wide x 42 in. deep. vii) Have four (4) safety lanyard anchor points permanently installed - 2 each to be located on the platform interior and exterior. viii) Have an ingress/egress gate opening to one side of the platform. Gate shall also enable workers to access both jib hoist and rigged flashboard. ix) Be equipped with two (2) 1500 watt, 5000 BTU, 115 volt, 60 Hz heaters with blower fans for use during cold weather operations x) Two (2) swivel mounted 12-volt LED flood lamps. g) Jib Hoist: i) A removable, pivoting cantilevered jib hoist shall be supplied for use with the platform. ii) Jib hoist weight may not reduce the 1000 lb. minimum platform payload capacity. iii) Jib hoist shall: (1) Be certified and labeled by mfg. to carry 400 lb. minimum. (2) Be designed, fabricated and supplied for use specifically with the above specified work platform and for handling a drumgate flashboard assembly measuring approximately 6'-8"x36"x12" and weighing not more than 400lb. (3) Be capable of pivoting vertically up and down 45 degrees from level. (4) Be located on the opposite side of platform from 4th boom connection (5) Have a functional span (ie: outside edge of platform/handrail to hook distance) of at least 30" with beam horizontal. (6) Include a hand-operated or electric winch rated for 400lb. h) UBIAD Primary Power Source for operation of hydraulic and electric systems shall be provided by either: i) (preferred) a PTO-driven, transmission-mounted hydraulic pump or ii) (not preferred) an auxiliary diesel engine powering a hydraulic pump which shall: (1) Have the capacity to perform more than one unit movement simultaneously (2) Include: (a) A 12-volt electrical system with keyed ignition, electric starter, and alternator. (b) A fuel connection to the chassis fuel tank(s). (c) An inline diesel fuel filtration system. (d) An engine compartment cover allowing complete access to engine and hydraulic system components. i) UBIAD Hydraulic System requirements: i) All movements of the UBIAD shall be made by hydraulic pressure. All hydraulic cylinders shall be double acting with direct coupled safety check valves (for protection in event of pump or hose failure). ii) A hydraulic reservoir shall be of steel welded construction with a 50 gallon minimum storage capacity. Reservoir shall have baffles and exterior oil sight level gauge. iii) Hydraulic oil shall be filtered and returned to reservoir through a 10 micron filter with replaceable element. A 100 mesh strainer shall be located on the suction side of the reservoir. All filters shall be accessible for easy element replacement. iv) Shut-off valve(s) shall be provided and installed to allow for filter replacement. v) Hydraulic fluid transmission lines shall be flexible and of reinforced braided wire construction and shall have weather and abrasion resistant covering. Bursting pressure rating shall be at least 200% of the system operating pressure. j) Operator Controls: i) One complete set of operator controls shall be provided at the pedestal. ii) One complete set of operator controls shall be provided at the platform. iii) One complete set of wireless operator controls shall be provided for remote, untethered operation. iv) In case of electrical failure, the hydraulic valve at the pedestal shall be capable of overriding the radio controls. v) All controls must be equipped with two-way, return to neutral type levers. All boom articulation and primary and secondary turrets shall have proportional flow control and precise metering capability to provide smooth operation of the UBAID in all working positions and to ensure the safety of operating personnel at all times. vi) Controls shall be arranged to allow for each individual movement separately or in any combination desired. Controls shall be located to facilitate easy access for maintenance. Manual overrides shall be provided for all functions. vii) Remote carrier and auxiliary engine kill switches shall be installed at both the pedestal and platform control stations. viii) A color display shall be provided at the pedestal with control of front and rear suspension lockouts, counterweight and accessories. It shall also display status of limit switch system. k) Safety: i) In addition to all safety items considered standard by the manufacturer, the following shall be included (1) An interlock to prevent operation of UBAID if suspension lockouts are not engaged. (2) Limit switches to prevent rotation or articulation of booms into unstable positions. (3) Relief valve and switches to prevent overloading hydraulic system with excessive pressures. (4) Both truck and auxiliary engine emergency kill switches shall be located on both the pedestal and on remote controls. (5) Automatic check valves shall be included on hydraulic cylinders in case of pump or hose failure. (6) Automatic audible alarm shall be included to signal excessive slope conditions. l) Suspension Lockouts and Stabilizers: 1. The UBIT shall be equipped with four (4) hydraulically or electrically operated suspension lockouts with two located at the front axle and two at the rear axle. 2. Lockouts shall be controlled from the pedestal station. 3. The lockout system shall include indicator lights in the cab to alert the driver that the lockouts are engaged or disengaged. 4. An interlock shall be installed to prevent operation of the UBAID when the suspension lockout system is disengaged with a manual override (to allow booms to be stowed in case of system malfunction) installed at the pedestal. 5. With lockouts engaged the truck shall be capable of withstanding all tipping forces generated by booms in all positions in both stationary and moving configurations and with platform loaded to capacity. 6. Outriggers are an unacceptable alternative to stabilizers. m) Communication System: A 3-way intercom system with 4 operator locations shall be provided and installed enabling communication between personnel in the truck cab, pedestal control station, ground remote control station and the work platform. System shall consist of: 1. One each hands-free or hand-held intercom with on/off switch, volume control and an integral press-to-talk switch to be located in the truck cab convenient to the driver and at the pedestal. 2. One each hands-free intercom with on/off switch, volume control and an integral press-to-talk switch to be located in the platform as well as the remote control station. n) Lighting: In addition to all applicable mandatory vehicular lighting requirements (NHTSA, DOT, etc.) the UBIT shall be equipped with LED lighting intended to illuminate the entire length of all boom sections for night-time operations. 5) Manuals, Training & Warranty: a) Two (2) sets of Operator's, Repair and Parts manuals shall be provided for UBIT to include truck chassis and all components of the UBAID. As a minimum one each electronic and paper copies shall be supplied. b) A standard manufacturerer's warranty shall be supplied and shall cover all components of UBIT. CLIN 0020: Within 10 days of delivery, supplier shall provide UBIT operator and maintenance training at Grand Coulee Dam Industrial Area for 8 operators. Travel expenses shall be included in the price of the training and shall be in accordance with GSA Federal Travel Regulations for Grand Coulee, WA. The current rates for Grand Coulee are $93.00/night for lodging, and $51.00/day per diem. Mileage is currently $.545/mile. These rates can be found at: https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates-lookup/action=perdiems_report&state=WA&fiscal_year=2018&zip=&city = Aspen Aerials Model A-52, or approved equal. DELIVERY: Total price includes all applicable shipping fees, the Government is tax exempt. The vehicle shall be delivered under its own power. FOB: Destination, at Grand Coulee Power Office, WHSE B - DOOR 6 - IND AREA, HWY 155, Grand Coulee, WA 99133. Delivery hours are from 7:30 am to 3:30 PM Pacific time. Deliveries will not be accepted on Federal holidays. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions - https://www.acquisition.gov/far/ (End of Provision) The provision at 52.212-1, Instructions to Offerors-Commercial (Jan 2017), applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. Addendum to 52.212-1 requires the vendor to submit full warranty documentation on the item(s) being quoted. Addendum to 52.212-1 requires the vendor to submit a brochure of the proposed UBIT showing overall deployed and stowed dimensions and clearances as well as the work platform layout with the jib hoist included. Addendum to 52.212-1 requires the vendor to provide a preliminary platform layout drawing of the 2-person work platform. The following addendum to 52.212-1 applies: 52.204-16 Commercial and Government Entity Code Reporting (July 2016); WBR 1452.215-71 Use and Disclosure of Proposal Information (Apr 1984); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification (Oct 2015); WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations (May 2005). By the provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), technical, price, past performance and delivery. The following addendum to 52.212-2 applies: 52.211-6 Brand Name or Equal (Aug 1999). The provision at 52.212-3 and its alternate, Offeror Representations and Certifications (Nov 2017), must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. 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 (Jan 2017). 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/ (End of clause) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies. Addendum to 52.212-4, Sub-clause (o), Warranty, is tailored to read as follows: (o) Warranty: Manufacturer's Standard Warranty is required. The following addenda to 52.212-4 apply: 52.204-4 Printed or Copied Double-Sided on Post consumer Fiber Content Paper (May 2011); 52.204-18 Commercial and Government Entity Code Maintenance (July 2016); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.242-15 Stop-Work Order (Aug 1989), WBR 1452.201-70 Authorities and Delegations (Sep 2011). DOI-AAAP-0028 Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at PCOLLINS@USBR.GOV once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) DOI-AAAP-0050 Contractor Performance Assessment Reporting System (Feb 2016) a. FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. b. The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. c. We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the public. d. When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at https://www.cpars.gov/. e. Within 60 days after the end of a performance period, the AO will complete an interim or final past performance evaluation, and the report will be accessible at https://www.cpars.gov/. 1. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. 2. Your comments should focus on objective facts in the AO's narrative and should provide your views on the causes and ramifications of the assessed performance. 3. All information provided should be reviewed for accuracy prior to submission. 4. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating No comment in the space provided, and then selecting "Accept the Ratings and Close the Evaluation". 5. Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available in PPIRS-RC marked as "Pending" with or without comments and whether or not it has been closed. 6. If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be annotated: -The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment.- f. The following guidelines apply concerning your use of the past performance evaluation: 1. Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions. 2. Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. 3. Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes. g. If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 60-day review period. h. A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of Local Clause) The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2018), apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-7, Information Regarding Responsibility Matters (July 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013); 52.219-8, Utilization of Small Business Concerns (Nov 2016); 52.219-28, Post Award Small Business Program Representation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (April 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.222-54 Employment Eligibility Verification (Oct 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-5, Trade Agreements (Oct 2016); 52.225-6, Trade Agreements Certificate (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013). THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITHFAR PART 13, SUBPART 13.5 -- "SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS". SIMPLIFIED ACQUISTION PROCEDURES APPLY. Written, signed quotes on a company letterhead with contact information are due no later than August 3, 2018 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to pcollins@usbr.gov. For information regarding this Request for Quotation, please contact Paula Collins, Contract Specialist at 509-633-6132.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f5aedef37cb5c36df98e3e3ae4d15d9)
 
Record
SN04982673-W 20180711/180709230653-5f5aedef37cb5c36df98e3e3ae4d15d9 (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.