SOLICITATION NOTICE
46 -- CLIN 0001 Provide and install two sewage treatment plant lift pumps; CLIN 0002 provide one spare lift station pump
- Notice Date
- 9/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W912ES-10-P-0122
- Response Due
- 9/22/2010
- Archive Date
- 11/21/2010
- Point of Contact
- Christopher G Dake, 6512905415
- E-Mail Address
-
USACE District, St. Paul
(christopher.dake@us.army.mil)
- 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 15 September 2010 This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. i) Solicitation Number: W912ES-10-T-0122, this is being issued as a request for quotes (RFQ). ii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iii) This procurement will be a 100% set aside under NAICS code: 237110, Size Standard: $33,500,000.00. iv) CLIN 0001 Provide and install two sewage treatment plant lift pumps; CLIN 0002 provide one spare lift station pump v) Requirements are defined as follows: SECTION A SUPPLIES OR SERVICES AND PRICES/COSTS SCHEDULE The work site is located at U.S. Army Corps of Engineers, Leech Lake Recreation Area, Federal Dam, Minnesota. Furnish all labor, equipment, freight, fuel, supplies, and materials necessary. All work to be performed in strict accordance with the specification. 001 Furnish and install two replacement submersible grinder pumps capable of matching the design conditions of the original Flght Pumps, including rail system, adaptor bracket, control panel modifications as required, power cord, piping, level sensing components as required, chain and shackle, freight, and training as required. Installation shall include labor and all necessary components for complete installation and startup. The existing Flght pump is 230V single phase, Model # 3067-.890-9056 09, SN 96600-26-212 MM, 1.6hp, approx. 3500 rpm, capable of pumping at least 42gpm at 19.4ft TDH. In addition furnish 1 new spare pump that is identical to the newly installed pumps and capable of utilizing the exact same components. SECTION B DESCRIPTION/SPECS/WORK STATEMENT Heavy Duty Submersible Grinder Pump Replacement LEECH LAKE DAM B-1. GENERAL. B-1.1. Scope of Work. The work to be performed under this contract consists of furnishing all plant, materials, equipment, supplies, labor and transportation and performing all work as required by the SCHEDULE, Section B of the contract, in strict accordance with the specifications, photos, and drawings, all of which are made part hereof. All work materials and services not expressly called for in the specifications or shown on the drawings but which are necessary for completion of the contract requirements shall be performed and furnished by the Contractor at no increase in cost to the Government. B-1.2. Services and Supplies. Leech Lake Dam & Recreation Area has a sewage treatment lift station that currently uses 2-Flygt submersible grinder pumps. Contractor must furnish and install two replacement submersible grinder pumps capable of matching the design conditions of the original Flght Pump, including rail system, adaptor bracket, control panel modifications as required, power cord, piping, level sensing components as required, chain and shackle, freight, and training as required. Installation shall include labor and all necessary components for complete installation and startup. The existing Flght pumps are 230V, single phase, Model # 3067.890-9056 09, SN 9660026-212 MM, 1.6hp, approx. 3500 rpm, capable of pumping at least 42gpm at 19.4ft TDH. A drawing of the existing pump design is shown later in this document. In addition 1 new spare pump shall be furnished that are identical to the new installed pump and capable of utilizing the exact same components. B-1.3. Contract Period and Work Schedule. This contract must be executed as soon as possible after award due to the urgency posed by the failed existing pump. B-1.4. Payment. The payment price will be as described in Section B of this document. After work is completed, the contractor will schedule a pre-final inspection with the Park Manager to review work for acceptance. The contractor must correct any problems identified and reschedule a final inspection for acceptance and repeat until all deficiencies have been corrected and accepted. The contractor must submit an invoice to the Park Manager for payment that matches the schedule in Section B. B-1.5.Location. Leech Lake Dam is located adjacent to the town of Federal Dam in Cass County, Minnesota on County Road 8 twelve miles North of State Hwy 200 and eight miles South of State Hwy 2 in Bena. B-1.6. Insurance. Copies of insurance binders must be provided to the Corps of Engineers showing that an efficient amount of liability insurance has been attained by the contractor. B-1.7. Safety. The contractor shall comply with all aspects of OSHA Regulation regarding Confined Spaces. All work shall be performed in accordance with the Corps of Engineers Safety and Health Manual, EM-385-1-1. A copy of this manual will be furnished to the Contractor. The contractor will be responsible to prevent the visiting public from entering work zones where safety hazards are present. B-1.8. Disposal. The Corps of Engineers will not provide disposal for materials. Disposal will be at the expense of the contractor. All debris must be removed from the work areas before the job will be considered complete. All waste must be disposed of in accordance with applicable laws. Used pumps with controls will be left on-site for the USACE. B-1.9. Materials Supplied by Contractor. Only new, current manufactured materials are allowed to be installed. Work materials and services not expressly called for in the specifications or shown on the drawings but which are necessary for completion of the contract requirements shall be performed and furnished by the Contractor at no increase in cost to the Government. B-1.10. Warranty. The contractor must provide in writing to the Park Manager a warranty against faulty installation, parts, and include how to obtain service. Contractor must utilize industry standards for proper installation. All industry and government codes must be adhered to. B-1.11. Submittals. Contractor must submit installation plans, drawings, part information, owner manuals, photos, including warranty and service information, etc to the Park Manager in an organized binder. All submittals as discussed in this document must be turned into the Park Manager before the job will be considered complete for payment. B-2. PERSONNEL. B-2.1. Qualifications. The Contractor shall be responsible for ensuring that all Contractor employees (workers) utilized in performing the work of this contract be technically, physically, and emotionally qualified for performing the duties to which each is assigned. B-2.2. Superintendent. The Contractor shall act as, or designate and provide a superintendent on site whenever the work specified herein is being performed. The superintendent shall conduct overall management coordination and be the central point of contact with the Government for performance of work under this contract. The Superintendent or any individual designated to act for them, shall have full authority to contractually commit the Contractor for prompt action on matters pertaining to administration of this contract. The superintendent shall deal directly with the Park Manager, Timm Rennecke for normal day to day administration of the contract provisions. B-3. CONTACT INFORMATION AND SITE VISITS. B-3.1. Contact Information. Contractors are encouraged to inspect the site before bidding. To schedule a site visit: US Army Corps of Engineers, Leech Lake Dam 01217 Federal Dam Dr NE Federal Dam, MN 56641 Telephone: 218-654-3145 Fax: 218-654-3146 P.O.C. Timm Rennecke, Manager B-4. EXISTING FLGHT PUMP DRAWING. For drawing and dimensions of existing pump: Contact Timm Rennecke at 218-654-3145 or Timm.v.rennecke@usace.army.mil vi) Delivery date is 24 September 2010. vii) Provision 52.212-1, Instructions to Offerors-Commercial apples to this acquisition (see below and attached). viii) Provision 52.212-2, Evaluation-Commercial Items applies to this acquisition: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical ability to perform the services specified in the scope of work, (ii) past performance, (iii) price. i) Technical ability to perform the services specified in the scope of work. Offerors shall provide the following information with their offers: specifications of the proposed pumps. ii) Past Performance. Additional information on past performance is provided under provision 52.212-1(b)(10). Past performance information may include references to recent or relevant contracts of a similar size, nature, scope or complexity. Offerors are encouraged to provide relevant contract numbers if applicable and/or a point of contact including a telephone number or e-mail address. The Government intends to award a fixed price contract to the successful offeror within the time specified in the solicitation. The offerors written acceptance of the purchase request shall result in a binding agreement without further action by either party. The Government intends to make this award decision(s) without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its proposal in accordance with the evaluation factors above. Offerors failing to submit all the information necessary to evaluate their proposal as part of their initial submission(s) bear the risk that their proposal will be rejected without discussions.. ix) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). x) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. xi) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.223-9, 52.225-13, 52.232-33, 52.222-41, 52.222-42 see full clause below xii) Offers are due as indicated below INSTRUCTIONS TO OFFERORS INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to christopher.g.dake@usace.army.mil and patrick.j.mally@usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date in block 8 of the SF 1449. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc&) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit (UNIT PRICE) and extended prices (AMOUNT) in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example E-mail 2 of 6. For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, christopher.g.dake@usace.army.mil with a courtesy copy to Patrick.j.mally@usace.army.mil See attached document for further explanation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-10-P-0122/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Leech Lake Recreation Area 01217 Federal Dam Dr NE Federal Dam MN
- Zip Code: 56641
- Zip Code: 56641
- Record
- SN02287101-W 20100919/100917235937-1d66080c7769b3d29df70bccfc938a33 (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 |