Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2008 FBO #2377
DOCUMENT

J -- IRRIGATION PUMP REBUILD - Solicitation 1

Notice Date
5/28/2008
 
Notice Type
Solicitation 1
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Southwestern Oregon ZAP, Rogue River NF, 3040 Biddle Road, Medford, Oregon, 97504-4119, United States
 
ZIP Code
97504-4119
 
Solicitation Number
AG-04N7-S-08-0042
 
Response Due
7/11/2008
 
Archive Date
9/30/2008
 
Point of Contact
Maggie L. Giuliani,, Phone: (541) 618-2018, Rosalind J. Layne,, Phone: (541) 618-2020
 
E-Mail Address
mgiuliani@fs.fed.us, rlayne@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-04N7-S-08-0042 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 811310. The small business size standard is $6.5 million average annual receipts. This acquisition is a small business set-aside. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-25. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price. The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232.25 and 52.232-33. In paragraph (c), the following apply 52.222-41, 52.222-42, Register of Wage Determination 2005-2439, Revision 5, dated 08/21/2007 applies (See attached document). Occupation code 23790/23810 - Pipefitter/Plumber maintenance is applicable to this solicitation. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. SCOPE OF CONTRACT: Scope: Project consists of removing, rebuilding and reinstalling (6) 100 HP Peabody Barnes pumps and motors and (1) 10 HP Peabody Barns pump and motor. Location: The project is located at the USDA Forest Service’s J. Herbert Stone Nursery at 2606 Old Stage Road, Central Point, Oregon 97502. Contact Jay Wyatt at 541-858-2369 for access to the site. Period of Contract: Work at the project site shall not begin prior to November 17, 2008 and shall be completed prior to February 23, 2009 to avoid interruptions in nursery operations. Contract time is 45 calendar days from the date of the notice to proceed to complete the project. Access: Contractor will have access to the site during normal business hours, Monday through Friday for execution of the work excluding Holidays. Work outside of these hours must be approved by the Contracting Officer in writing. Execution of Work: • Contractor shall remove and reinstall (6) Peabody Barnes 100 HP pumps and motors and (1) Peabody Barns 10 HP pump and motor. Any facility modifications required for pump and motor removal/reinstallation shall be considered incidental to work. All facilities shall be returned to their original condition prior to final acceptance. • Contractor shall rebuild (6) Peabody Barnes 100 HP pumps and (1) Peabody Barns pump including new: oSpider Bearings oUpper Bearings oPacking oLower Bowl Bearing oHead Shaft oCouplings oAll other incidental components required for full operation. • Contractor shall rebuild (6) Peabody Barnes 100 HP motors and (1) Peabody Barns motor including new: oDip and Bake oNew Bearings oBake out Stator oSleeve End frame oShaft Buildup as needed oMotor balance as needed when reinstalled. oAll other incidental components required for full operation. • Contact Jay Wyatt, COR, J. Herbert Stone Nursery at 541-858-2369.. • Contractor shall demonstrate proper operation of rebuilt pumps and motors prior to final acceptance. • Replaced components shall be disposed off government site by the Contractor after inspection by the government. All responsible sources may submit an offer, including unit pricing information as follows: See Attached Return Pricing Document. NOTE: CCR Registration – a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.204-7, Central Contractor Registration (JUL 2006). Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=779a63280583fd627a2d2927fa0c310c&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Return Document (synopsis_attachment.doc)
Link: https://www.fbo.gov//utils/view?id=df887c0b7db3fe54c39aa832de56efb8
Bytes: 33.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: J. Herbert Stone Nursery, 2606 Old Stage Road, Central Point, Oregon, 97502, United States
Zip Code: 97502
 
Record
SN01581922-W 20080530/080528220233-779a63280583fd627a2d2927fa0c310c (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.