Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

48 -- Purchase of Actuators and Valves for the Yuma Area Office, Yuma AZ

Notice Date
4/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation -Yuma Area Office - TSO 2000 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
05SQ340063
 
Archive Date
4/7/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR 12.6, as supplemented in accordance with the format included in this notice. This announcement constitutes the only solicitation. The Solicitation is being issued as 05SQ340063 and proposals (including the completed FAR 52.212-03 Offeror Representations and Certifications-Commercial Items) are due Friday, April 22, 2005, 4:00 p.m. local time. The Solicitation incorporates revisions and clauses in effect through FAC 2005- 01. This is being issued as full and open/unrestricted. The NAICS code is 332911 the small business size standard is 500 employees. The Government anticipates award of a firm-fixed price contract resulting from this solicitation on or about April 22, 2005, that is most advantageous to the Government. The Bureau of Reclamation, Yuma Area Office, Yuma AZ (YAO), has a requirement of replacing the existing isolation block valves and actuators. The existing isolation valves have seen limited service but because of the ph of water being processed, the aluminum bronze disks of the valves have eroded to the point the valves no longer provide a positive seal. A second problem associated with the various valves has been the motor operated valve actuators are undersized for the typical operating pressures of the desalting plant. OBJECTIVE OF THE PROJECT - Purchase the necessary valves, actuators, mounting plates and incidentals necessary for valve and actuator replacement. REQUIREMENTS - Contractor shall furnish all of the equipment and materials as listed herein and deliver them FOB DESTINATION to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma AZ 85364. The supplied isolation valves shall be ? turn, high performance butterfly valves: Ferguson Model 0300-A5320-02-F02-13-RCEL 15; Ferguson Model 0300-A5320-02-F02-13-RCEL 50; Ferguson Model 0300-A5320-02-F02-13-RCEL 100; and Ferguson Model 0300-A5320-02-F02-13-RCEL 150. General Requirements - Isolation valves shall be ? turn butterfly/disc. VALVES shall be ANSI Class 150 or 300 as designated below. Size 10-Inch, Flange 300 Pound, 10 each; Size 8-Inch, 300 Pound, 5 Each $______/each; Size 8-Inch, 150 Pound, 15 each $_____/each; Size 6-Inch, 300 Pound, 30 Each $______/each; Size 3-Inch, 300 Pound, 20 each $_____/each. VALVES shall be ? turn, high performance butterfly valves as manufactured by Score-TRICENTRIC, W-K-M DynaCentric High Performance Butterfly Valves, or an approved equal with the following minimum salient characteristics: Salient Characteristics: 1. Valves shall be designed and built in accordance with ASME B16.34 (1996); 2. Cast 316 Stainless Steel per ASTM A351 (2000) CF8M body material; 3. Stainless Steel Shaft; 4. ASTM A351 (2000) CF8M disc with 316 SST/Grafoil laminated seal stack; 5. Monel bolting for wetted parts; 6. Wafer end connections; 7. Tapered cone type sealing arrangement; 8. Graphoil packing; 9. Bare stem with no operator; 10. Zero leakage (shaft side flow) test criteria; 11. Hydrostatic test report documenting seat leakage results. GENERAL REQUIREMENTS. - Isolation valves shall be ? turn butterfly/disc. Valves shall be ANSI Class 150 or 300 as designated on the individual delivery order. End connections shall be wafer type with associated gaskets. Butterfly valves shall have a metal to metal or other approved disc seal with zero leakage. Packing glands shall be adjustable. Wetted parts shall be 316 stainless steel, including body, except for threaded bolts. Material selection for bolts shall not promote galvanic corrosion, and shall help alleviate galling and/or seizing of threaded parts. OPERATING CONDITIONS. - Valves shall be located at the Yuma Desalting Plant (YDP) reverse osmosis control blocks. The valves and associated actuators will be required to operate in a temperature range of 0 degree Celsius (32 degree Fahrenheit) to 50 degree Celsius (122 degree Fahrenheit). Valves shall be bidirectional and shall be capable of handling water with a specific gravity of 1.0. The operational ph range of the water will be between 4 and 5, with a total dissolved solids content of 3,000 mg/l (3,000 parts per million). The maximum operating pressure differential will be 500 pounds per square inch (PSI). SUBMITTAL REQUIREMENTS. - Offerors shall submit the following information with their proposal: 1. Details and dimensions, types, weights, and materials of construction; 2. Manufacturers catalog cuts and other documentation showing the valve, model, and outline dimensions; 3. Flow coefficients; 4. Actuator torque requirements (to include breakaway, running, and maximum) and operating arc/revolution requirements; 5. Installation, actuator mounting dimensions including shaft and mounting flange, and set up instructions. VALVE MARKING. - Valves shall be marked with a stainless steel identification plate in accordance with the requirements of MSS-SP-25 (1998). ELECTRICAL ACTUATORS - Contractor shall size and furnish electric valve actuators with the necessary torque requirement for operating 10-Inch, 8-Inch, 6-Inch, and 3-Inch Cast 316 Stainless Steel ? turn, high performance butterfly valves. The actuators shall be sized for the necessary torque requirements to seal, breakaway, and run under the conditions outlined for their respective valves. Contractor shall furnish and size all necessary valve / actuator adapter plates. Actuators shall meet the following the minimum specification requirements: Voltage - Single phase 120VAC (60 Hz); Action - Modulating with Fail Last Position; Motor Type - Squirrel cage induction type with class F insulation; Motor Brake - Standard; Motor protection - Thermal switch trip and torque switch trip; Enclosure - NEMA 4; Surface Cooling; Override Control - Manual Handwheel; Control Input - Remote N.O. contacts; Fully Open / Fully Closed Limit Switches - Rated at 10Amps; Isolated Aux. limit switches or contacts for both full open and full close - Rated at 10Amps; Mechanical Position Indicator - O/C Position; All gearing shall be grease lubricated and designed to withstand the full stall torque of motor. A seized or inoperable motor shall not prevent manual operation. O & M MANUALS. - Three (3) sets of installation and maintenance instructions shall be furnished for each size of valve and actuator supplied. Instructions shall include detailed instructions for adjustments, recommendations for the proper type of lubricants and parts list with part numbers and descriptions of material supplied. Installation and operation manual shall also include valve test data. REFERENCES - (1) American Society for Testing and Materials (ASTM), 100 Bar Harbor Drive, West Conshohocken, PA 19428-2959; (2) Manufacturers Standardization Society (MSS), 127 Park Street, N.E. Vienna, VA 22180-4602; (3) National Electrical Code (NEC), (1996 edition), national Fire Protection Association, Batterymarch Park, Quincy, MA 02269-9101; (4) National Electrical Manufacturer=s Association (NEMA), 1300 North 17th Street, suite 1847, Rosslyn, VA 22209; (5) American National Standards Institute, 1819 L Street NW, Washington D. C., 20036. DELIVERY - Valves and actuators shall be palletized and delivery shall be FOB DESTINATION to 7301 Calle Agua Salada, Yuma AZ, twelve (12) weeks after acceptance of Purchase Order. Following are the applicable provisions and contract clauses incorporated by reference: 52.212-1 Instructions to Offeror-Commercial Items; 52.212-2 Evaluation-Commercial Items, amended as follows: The following factors shall be used to evaluate offers: a) ability of offered item to meet Government requirement; b) delivery date; and c) price. Technical specification compliance is significantly more important that than Price and Past performance. The Government will award a contract to the Offeror whose offer conforms to this requirement and will be most advantageous to the government, price and other factors considered. Proposals shall include 1. Price; 2. Product literature and/or other documentation verifying proposed equipment complies with specifications; and 3. Past Performance References - For Past Performance will consider the Offerors ability of satisfying past orders for same or similar items, ability of the item to meet technical specifications as advertised by the Offeror, past record of meeting delivery schedules. Offerors must include records of three recent orders/contracts and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the Offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. 52.212-3 Offeror Representations and Certifications-Commercial Items (must be included with the offerors proposal); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 paragraph (b) is tailored to incorporate the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veteran, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.232-34 Payment by Electronic Funds Transfer ; 52.204-07 Central Contractor Registration and WBR 1452.210-70 Brand Name or Equal. Full text of the Federal Acquisition Regulations can be found on http://www.arnet.gov/far Delivery shall be FOB destination to 7301 Calle Agua Salada, Yuma AZ 85364, 12 (twelve) weeks after receipt of purchase order. Quotes are to be submitted on letterhead to Bureau of Reclamation, Attn: YAO-3100 Cordero, 7301 Calle Agua Salada, Yuma AZ 85364 by Friday, April 22, 2005, 4:00 p.m. local time. In order to receive a contract award, contractors are required to register with the Central Contractor Registration (CCR) system at http://www.ccr.gov. CCR is a self-service database. Vendors register themselves and maintain their own information through the CCR web site. The CCR Handbook and information on the registration process can be obtained via the CCR web site, http://www.ccr.gov or by calling the CCR Help Desk at 1-888-227-2423. Failure to register in CCR may make an Offeror ineligible for award. Visit the website to obtain further instructions about registering.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=133965)
 
Place of Performance
Address: Yuma, Yuma County, Arizona
Zip Code: 85364
Country: US
 
Record
SN00784522-W 20050409/050407212719 (fbodaily.com)
 
Source
FedBizOpps.gov 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.