SOLICITATION NOTICE
99 -- Cable Hoist.
- Notice Date
- 4/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 601818Q795
- Response Due
- 5/1/2008
- Point of Contact
- Gabrielle J. Harris Contracting Officer 3032364326 gabrielle_harris@fws.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION This is a combined synopsis/Request for Quotation (RFQ) for commercial services/supplies prepared in accordance with Federal Acquisition Regulations (FAR) Part 12.6 and supplemented with additional information as included in this notice. This announcement constitutes the only RFQ and a written RFQ will not be issued. Quotes are due on 1 May 2008 by 4:00 p.m. Mountain Standard Time (MST). This RFQ incorporates FAR provisions and clauses through FAC: 2005-24 February 28, 2008. This RFQ is 100% set-aside for small business. The North American Industrial Classification System Code is: 423830 with a small business size standard of: 100 employees. The Specifications consists of, but are not limited to, the contractor providing the following commodities: CLIN 0001 Provide a complete solar powered Cable Hoist Assembly and controls for an existing 16ft by 4ft Overshot Gate Extended Description/Specification: Hoist shall be designed for a minimum of 48" of Upstream Water Depth and be complete with(c/w):-Epoxy painted steel self contained hoist deck(Deck or frame, will span pier to pier and bolt to existing concrete walls)-Hoist with a minimum 2 HP, single phase, DC, motor-Gearbox and machined steel drums-Steel cross shaft c/w electric open/close limit switch-Stainless steel cables, minimum 2 inch, c/w stainless steel Spelter socket ends-Bolt on attachments to fasten hoist cable to existing gate (match to Spelter sockets on cable ends)-All necessary anchors and hardware required for mounting system to existing concrete wallsSolar Powered Control System and Hoist Power Supply Complete with the Following Minimums:-Adequate solar array panels to operate unit daily-Adequate low maintenance batteries to operate system daily-Electrical control panel with necessary switches. Minimum manual On/Off and Up/Down switches-Voltage Regulator-Lightning Arrester-All hardware to mount electrical items-All wiring labeled and ready to attach to hoist system On Site Assembly, Commissioning, and Warranty:-A technical representative of the provider will be available to the refuge staff to answer questions when they are placing and mounting the components of the system.-A qualified representative of the provider will come to the job site to commission the cable hoist, controls, and solar system.-All supplied parts of the system will have a one year warranty by the provider. Warranty begins on the date the system is commissioned.-Parts list and operator manuals will be supplied for all equipment. Shipping:FOB Destination. Include in bid, freight to deliver all components to job site in Utah.Delivery of all hoist and gate components 8 to 10 weeks after shop drawing approvalAll hoist components shipped fully assembled ready for installation on existing piersNOTE:The small building and solar panel mast that housed the compressors, batteries, and control system for the previous gate operator, can be used to house or mount the new electrical and control systems. However, if the building will be in the way for the provided system, refuge staff will remove the building. The completion/delivery date is 15 June 2008. Delivery FOB Destination to: U.S FISH AND WILDLIFE SERVICE, MS 65530 2155 West Forest StreetBrigham City, UT 84302 (vi) The provision at 52.212-1, Instructions to Offerors - Commercial Items and 52.212-2, Evaluation - Commercial Items apply. Evaluation will be based on the best value offer that meets or exceeds the Government's specifications as stated in this solicitation. The Offeror shall submit drawings/specifications for the cable hoist assembly. The award will be based on the technical acceptability of the offer and low price. (viii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items to include clauses 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (ix) 52.204-8, Annual Representations and Certifications, effective 01 Jan, 2005, the Federal Acquisition Regulation (FA~) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update Its ORCA record. All responsive offerors will be considered by the agency. (x) Electronic quotes will be accepted at gabrielle_harris@fws.gov. Fax quotations will be accepted at 303-236-4791. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (xi) Offers are due no later than 1 May 2008 at 4:00 pm MST. (xii) For other information please contact: Ms. Gabrielle Harris at 303-236-4326.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=86698621c19db8b72deeac57340c6e6a&tab=core&_cview=1)
- Place of Performance
- Address: US Fish and Wildlife Service, MS 65530Bear River Migratory Bird Refuge2155 West Forest StreetBrigham City, UT
- Zip Code: 84302
- Zip Code: 84302
- Record
- SN01556754-W 20080420/080418215223-86698621c19db8b72deeac57340c6e6a (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 |