Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

68 -- supply and deliver solution suitable for use in a fire sprinkler system

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - ROMO - Rocky Mountain National Park 1000 Hwy 36 Estes Park CO 80517
 
ZIP Code
80517
 
Solicitation Number
Q1524109898
 
Response Due
6/25/2010
 
Archive Date
5/26/2011
 
Point of Contact
Kris O'Neil Contract Specialist 9705861236 Kris_O'Neil@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotations Solicitation Number: Q1524109898 Posted Date: May 26, 2010Response Date: COB June 25, 2010 Quotes to be returned to Kris O'Neil at address listed belowSet Aside: Total Small Business Contracting Office Address: Rocky Mountain National Park, 1000 Hwy 36, Estes Park, CO 80517 Place of Performance: Product shall be delivered to the Alpine Visitor Center on Trail Ridge Road in Rocky Mountain National Park, Estes Park, CO 80517. Delivery Location: The delivery location is located 28 miles west of Estes Park, CO, on US Hwy 34. This is the preferred approach. Fill port is located at finished grade on plaza. Tanker can park directly adjacent to the fill port as long as the vehicle has tandem axles and dual wheels for weight distribution on the concrete plaza or the product can be pumped from the parking lot to the fill pipe - a 50 foot distance. Contractor shall transfer product from tank truck into the underground tanks by gravity or by pumping. Delivery must be scheduled between 5 am and 8 am Monday thru Friday due to heavy visitor use and traffic. First delivery of product to be delivered on or before July 16, 2010. Deliveries must be scheduled at least 1 day in advance and the NPS must be on site at time of delivery. Special Site Considerations: The visitor center is located on Trail Ridge Road, a steep and winding road which reaches elevations 11,500 ft. above sea level. The road is frequently heavily congested with heavy traffic, and is subject to severe and sudden weather changes including rain, snow, ice, sleet, hail, and fog. The road may be closed due to unsafe road conditions so the successful offeror must call ahead for current road conditions. The NPS is not responsible for charges if the road, upon arrival, is closed and the contractor needs to reschedule delivery. There will be road construction in the area which may cause delays up to 20 minutes. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. Non-manufacturers must furnish in the performance of the contract, the product of a small business manufacturer, which end product must be manufactured or produced in the United States. The NAICS for this solution is 325998. Small size standard for the manufacturer of the item would be 500 employees. Primary point of contact is Kris O'Neil, Contract Specialist. Phone: (970) 586-1236; Fax (970) 586-1257; e-mail: Kris_O'Neil@nps.gov This product will be used as a fire suppression fluid stored in 2 - 12,000 gl. underground FRP single wall tanks. There is currently about 11,832 gl. of propylene glycol on site at 63% concentration, pH 9.03, SG 1.05, reserve alkalinity 5.15. The NPS will be adding 2,400 gl. of pure de-ionized water to stick test tanks for leaks. This order is for the supply and delivery of a minimum of 2,000 gl of solution and a maximum of 6,000 gl of solution suitable for use in a fire sprinkler system. This solution shall include 2,700 gl. of pure recycled or virgin propylene glycol; 3,130 gl. of pure de-ionized or distilled water; and 170 gl. of pure dipotassium phosphate as a corrosion inhibitor. Successful offeror must provide acceptable product submittals, certification of product ingredients, strength, purity and MSDS. The product shall not contain ethylene glycol. Product will be sampled during delivery by the NPS and analyzed by an independent lab to verify makeup and that no ethylene glycol is present in the delivered product. Contractor shall transfer product from tank truck into the underground tanks by gravity or by pumping. This 6,000 gl. total amount shall be delivered in two - 3,000 gallon shipments, or three - 2,000 gallon shipments, using the mix specified below, whichever works best for the supplier. There shall be a 10 day delay between the first delivery and subsequent deliveries so the NPS can stick test the tank. In the unlikely event a leak is discovered after the first delivery, no further deliveries will be ordered. This is an IDIQ order, with a minimum guarantee of 2,000 gl. Specified mix: for a load of 3,000 gallons, each load shall be mixed as follows: 1,350 gal. Glycol; 1,565 gal. water, 85 gal. inhibitor; for a load of 2,000 gallons, each load shall be mixed as follows: 900 gal. Glycol; 1,043 gal. water; 57 gal. inhibitor. CLIN 001: 2 loads of 3,000 gallons. Only the first load is guaranteed to be ordered under any order resulting from this solicitation. The second load will be ordered if no leaking occurs as described above. Provide pricing per load, including delivery and unloading. 2 loads @ $________ea for a total price of $___________ Alternatively: 3 loads of 2,000 gallons. Only the first load is guaranteed to be ordered under any order resulting from this solicitation. The second two loads will be ordered if no leaking occurs as described above. Provide pricing per load, including delivery and unloading. 3 loads @ $__________ea for a total price of $___________ The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial itemsFAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. The following clauses apply to this acquisition: FAR 52.212-4 - Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items. The following clauses under subparagraph (b) apply: (8), (18), (19), (20), (21), (22), (24), (30), (33), (38), (40). Executive order 13513, Prohibition on text messaging and using electronic equipment supplied by the government while driving, applies to this acquisition. The provisions and clauses may be found in their entirety at the website: www.acquisition.gov/far. Successful offeror must be registered at the following 2 websites before award can be made: www.ccr.gov; and https://orca.bpn.gov. Safety: The contractor is responsible for cleanup of any spill and immediate notification to the NPS as well as all required regulatory authorities. The contractor must report any vehicle accident within park boundaries during transport and return from delivery site. The government intends to award a firm fixed price contract as a result of this solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1524109898/listing.html)
 
Place of Performance
Address: Alpine Visitor Center, Rocky Mountain National Park, Estes Park, CO 80517
Zip Code: 80517
 
Record
SN02160465-W 20100528/100526234726-83861cd3c15b0a1a0cb97799dc1368cd (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.