Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2005 FBO #1248
SOLICITATION NOTICE

54 -- 5450--Outlet Works Maintenance, Bulkhead Gates, Arrowrock Dam, Boise, Project, Arrowrock Division, Idaho

Notice Date
4/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
05SQ101600
 
Response Due
5/9/2005
 
Archive Date
4/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are requested, and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in the Federal Acquisition Regulation issued March 2005 through Federal Acquisition Circular No. 2005-02. Solicitation 05SQ101600. Contractors must be registered with Central Contractor Registration (www.ccr.gov) with a current registration to be considered for award. This is a small business set aside. The North American Industry Classification System (NAICS) Code for this requirement is 332312, the size standard is 500 employees. FOB Point: Bureau of Reclamation, Arrowrock Dam, Boise Project, Arrowrock Division - Idaho. Arrowrock Dam is located approximately 22 miles from Boise, Idaho. A single fixed-price award will be made under simplified acquisition procedures to the offeror that provides the best value to the Government. Upon award, delivery will be coordinated with Mr. Karl Ames, Technical Point of Contact, at 208-383-2268. The FAR provisions that apply to this acquisition are: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items. Evaluation factors are 1) Price (FOB destination), 2) Factory Capabilities and Location - Proposals shall address the capabilities and location of the fabrication and machine shop proposed to be used in the performance of the work. The overall manufacturing quality required for these precision parts, including welding, stress relieving, precision machining, and final assembly shall be addressed. The location of the factory facility shall also be identified. 3) Offeror's Manufacturing Experience - Proposals shall discuss your past manufacturing experience, personnel capability, and quality control procedures for similar projects. (i) Project Management. Include the proposed organization to manage the work, its relationship to the offeror's overall corporate structure, and the function and responsibilities of any subcontractors. (ii) Personnel Qualifications. Identify the specific personnel to be assigned for direct work on the project and as direct technical supervisors, and including an evaluation of their education, background, experience, and accomplishments. 4) Offeror Past Performance - Proposals shall include a description of completed projects similar in scope and magnitude to the work required. Provide the names and telephone numbers of references from former clients or customers who may be contacted. 5) Project Schedule - Proposals shall address how your proposed schedule will enable you to meet the required manufacturing and delivery milestones. Proposals are due May 09, 2005. Proposals shall include 1) product literature and/or other documentation verifying proposed equipment complies with specifications, 2) proposed delivery schedule, 3) and narratives addressing the foregoing evaluation. Detailed Government Specifications addressing this requirement will be published on our regional website on or about April 25, 2005. To view the government specifications for this requirement online visit our regional website at www.usbr.gov/pn/contracts/supply/1600. To view the specification, interested offerors must register on our website www.usbr.gov/pn/contracts/contracts/supply/1600. Offerors are responsible for checking that website frequently for amendments or notices, particularly before submitting their offers. Visit the website to obtain further instructions about registering. A vendor must be registered in the Central Contractor Registration (CCR) www.ccr.gov/vendor.cfm, in order to receive contracts and purchase orders from most Federal agencies, including the U.S. Bureau of Reclamation. CCR is a self-service database. Vendors register themselves and maintain their own information through the CCR web site. All responsible sources may submit an offer, which will be considered by this agency. Evaluation is subject to FAR Part 13. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4, Contractor Terms and Conditions-Commercial Item. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.219-6, Notice of Total Small Business Set-Aside; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of he Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.211-6, Brand Name or Equal. All provisions and clauses are available at http://www.arnet.gov/far. CLIN 001: Seven (7) Maintenance Bulkhead Gates and trashrack storage equipment. Required/desired delivery dates: Maintenance Bulkhead Gate 1 to be delivered to Arrowrock Dam by October 28, 2005. The balance of the Maintenance Bulkhead gates are to be delivered, no fewer than one each ensuing two weeks, with the final delivery of the 7th Maintenance Bulkhead Gate by January 1, 2006. Proposals shall be mailed to Bureau of Reclamation, Attn: Tim Jones, 1150 N. Curtis Rd., Ste. 100, Boise, ID 83706-1234 or faxed to 208-378-5108. See Numbered Note #1.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=30581)
 
Place of Performance
Address: Arrowrock Dam, Idaho
Zip Code: 83706
Country: usa
 
Record
SN00795263-W 20050427/050425212030 (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.