SOLICITATION NOTICE
47 -- Waterworks and Irrigation Materials and Supplies BPA - Reclamation Force Account
- Notice Date
- 10/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
- ZIP Code
- 84138
- Solicitation Number
- R14PS94009
- Response Due
- 11/12/2013
- Archive Date
- 10/28/2014
- Point of Contact
- Steven Wimmer Procurement Analyst 8015243867 swimmer@usbr.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
- R14PS94009 BPA Waterworks and Irrigation Material and Supply Services Combined Synopsis/Solicitation: The Bureau of Reclamation has a requirement for the establishment of a Blanket Purchase Agreement (BPA) for the period of December 1, 2013 through November 30, 2018 for Waterwork and Irrigation materials and supplies. It is anticipated that multiple BPA awards will be the result of this announcement. The NAICS code for this requirement is 423510 Metal Service Centers and Other Metal Merchant Wholesalers. This small business size standard is 100 employees. NAICS code 423720 Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers may also be applicable with a size standard of 100 employees. This procurement is 100% set-aside for small business. 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. The solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-26 (June-2008). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this Request is R14PS94009. Background: Provo Area Office Force Account (PAOFA, FA) developed during the mid-1990's as an extension of support services for its materials and testing group. In addition to supporting material and testing services, heavy equipment operators and civil engineering technicians provided valuable and immediate services during emergencies, and necessary repairs and maintenance of Reclamation facilities. This remains the primary role of FA; however, emergency and repair work is challenging to predict and plan for. In order to maintain its capabilities, and ensure its existence at times of need, FA began doing repair and rehabilitation work agency-wide, and interagency-wide, within the Reclamation jurisdictional area. During the mid-2000's Reclamation performed its "Managing for Excellence" (M4E) studies. Team 11 presented their report of cost comparisons for in-house versus outsourcing. The concluding scope statement notes, "In today's engineering and construction climate, it is imperative that Reclamation make a concerted effort to collaborate with customers and stakeholders such that our operations are transparent and efficient. At the same time, Reclamation must take positive steps to maintain our core technical capability in order to remain good stewards over our dams and other facilities." Thus FA provides a constant presence for emergency demands and maintains some core technical construction capabilities where individual project or facility characteristics and demands may not, due to economic or time constraints, lend themselves to execution and administration through conventional contracting. Given this role, FA is in consistent, and sometimes unpredictable, need of materials and supplies to accomplish assigned tasks in a timely and efficient manner. Regularly, during active construction, crews will encounter unplanned modifications to scope, requiring immediate procurement of materials and supplies. The intent of this BPA is to meet this need by providing pipe and waterwork material and supply needs in all regions FA performs services. Possible Locations of Service: Force Account provides in-house construction services on Reclamation facilities, and on facilities of other federal agencies. These services vary widely from embankment dam repair work to wetland mitigation construction efforts. The location of construction also varies, and may be located anywhere in the 17 western states; however, the preponderance of construction projects fall within two general geographic areas. North Region: The North Region is defined as the area north of the southern borders of Utah, Colorado, Kansas, and north of 37 degrees latitude in Nevada and California to the southern Canadian border, west to the pacific coast, and east to the eastern borders of Kansas, Nebraska, South Dakota, and North Dakota. The primary zone for construction projects is northern Utah and eastern Colorado; however, projects may be completed in any location within the region previously defined. Following are examples of pertinent project locations that indicate geographic areas FA has completed work - the examples do not, however, represent locations work will be completed, although, on occasion, the construction crew is requested back to previous jobsites: Battlement Mesa Dam III, Parachute, ColoradoCrooked Creek Dam, Eagle, Colorado Crystal Lake Dam, Ouray, ColoradoCedar View Dam, Neola, Utah Thunder Ranch Levee, Jensen, UtahProvo River Rehabilitation, Heber, Utah Humbug Pond, Heber, UtahFontenelle, Wyoming Ochoco Dam, OregonMIAD, Sacramento, California Echo Dam, UtahNewton Reservoir, Utah Myton, UtahTrenton Dam, Nebraska Enders Dam, NebraskaStamped Dam, Truckee, California Prosser Dam, Truckee, CaliforniaAngostura Dam, South Dakota South Region: The South Region is defined as the area south of the southern borders of Utah, Colorado, Kansas, and South of 37 degrees latitude in Nevada and California to the northern border of Mexico, west to the pacific coast, and east to the eastern borders of Oklahoma and Texas. The primary zone for construction projects is along the Colorado River Corridor from Las Vegas, Nevada to Yuma, Arizona; however, projects may be completed in any location within the region previously defined. Following are examples of pertinent project locations that indicate geographic areas PAO FA has completed work - the examples do not, however, represent locations work will be completed, although, on occasion, the construction crew is requested back to previous jobsites: Las Vegas, NevadaMoapa, Nevada Parker Dam, California/ArizonaBlythe, California Imperial Dam, California/ArizonaBeal Lake, Arizona Needles, CaliforniaChama, New Mexico Flagstaff, ArizonaMcClellan Dam, Texas Davis Dam, Nevada/ArizonaNavajo Dam, New Mexico This BPA will require vendor's ship requested supplies anywhere within the designated geographical area, north or south, to the jobsite associated with the requested supply. Delivery urgency and acceptable lead times will be a function of market availability, and project requirements communicated at the time a request is made. Technical Requirements: Every item requested under conditions described in this contract shall meet the latest pertinent industry standards and specification. Reference standards include, but are not limited to: ANSIAmerican National Standards Institute 1819 L. Street, N.W. Washington, DC 20036 www.ansi.org(202) 293-8020 ASMEAmerican Society of Mechanical Engineers 3 Park Ave. New York, NY 10016-5990 www.asme.org(800) 843-2763 ASTMASTM International 100 Barr Harbor Dr. West Conshohocken, PA 19428-2959 www.astm.org(601) 832-9585 AWSAmerican Welding Society 550 NW LeJeune Rd. Miami, FL 33126 www.amweld.org(800) 443-9353 (305) 443-9353 AWWAAmerican Water Works Association 6666 W. Quincy Ave. Denver, CO 80235 www.awwa.org(303) 794-7711 NACENACE International 1440 South Creek Drive Houston, TX 77084 www.nace.org (281) 228-6200 SSPCSSPC: The Society for Protective Coatings 40 24th St., 6th Floor Pittsburgh, PA 15222-4656 www.sspc.org(800) 837-8303 (412) 281-2331 ULUnderwriters Laboratories Inc. 333 Pfingsten Rd. Northbrook, IL 60062-2096 www.ul.com (847) 272-8800 Water Works and Irrigation Materials and Supplies - Water works and irrigation materials and supplies include, but are not limited to, any item that conveys, contains, regulates, and/or monitors flow of water, and/or supports one of these functions. The following list reflects the types of water works and irrigation materials and supplies required under the BPA: PIPE: -PVC Pipe -HDPE Pipe (Solid Wall, Corrugated Double Wall) -Concrete Pipe -Corrugated Metal Pipe -Ductile Iron -Manholes -Box Culverts -Precast Concrete Section FITTINGS: -Couplers -Elbows -Spools -Tapping Sleeves -Gaskets, wraps, socks GATES, VALVES AND APPURTENANCES: -Butterfly Valves -Gate Valves -Knife Valves -Slide Gates -Check Valves -Air Vent/Vac Valves -Pinch Valve -Ball Valves MONITORING EQUIPMENT: -Flow meters -Weirs -Partial Flumes -Staff Gages PUMPS: -Submersible Pumps -Trash Pumps -Sump Pumps Qualifications & Submittals: Prospective Contractors must be actively registered at https://www.SAM.gov with a valid DUNS number. Vendor must be capable of accepting a charge card as a method of payment. Vendors shall submit a capability statement outlining the vendor's experience, relevant certifications and the firm's ability to deliver all of the supplies and related products outlined in this document. Vendor shall submit (3) three referrals related to past performance in performing relevant waterworks and irrigation supply contracts including private and/or government work. Submittals can be sent electronically to swimmer@usbr.gov and shall reference solicitation number R14PS94009. Submittals shall be sent in no later than 4:30 pm MST on November 12, 2013. The government reserves the right to make multiple awards of parent BPA(s) to the best qualified vendors based upon the firms expertise, certifications and qualifications, and past performance. Point of Contact: Steven, aka Sam, Wimmer, Supervisory Contract Specialist Upper Colorado Region - Bureau of Reclamation, Acquisition Management Division 125 South State Street, Room 6107 Salt Lake City, Utah 84138-1147 Phone: 801-524-3867 FAX: 801-524-3857 Email: swimmer@usbr.gov Waterwork and Irrigiation Supply Minimum Requirements: Provide waterwork and irrigation supplies, including delivery, that meet the specifications listed on each BPA call for Reclamation facilities and other federal agency facilities. These supply needs will vary widely from embankment dam repair work to wetland mitigation construction efforts. Vendors shall be established in the business of pipe / waterwork and irrigation supplies with active supplier relationships and agreements as verified by their past performance and capability statements supplied in response to this solicitation. Provide materials during emergencies, and necessary repairs and maintenance of Reclamation facilities in a timely and efficient manner for all regions. Blanket Purchase Agreement (BPA) This is a BPA negotiated under the authority of 41 U.S.C 253(g), whereby the vendor shall, subject to the terms of this agreement and any attachments, promptly furnish supplies and/or services ordered under the agreement. The supplies and/or services to be ordered, as stated below, shall be the same as an open charge account. PRICES: Based on vendors current prices that are provided to their most valued customers. Parent BPAs do not require pricing for supplies and services. Upon placement of a BPA call/order the vendor will be asked to supply pricing for the specific needs of the government. BPA calls will be competed amongst active BPA holders to obtain the best price for the government. Extent of Liability: The Government is liable only to the extent of authorized calls actually placed against this BPA for the 5 year period of the agreement. Terms & Conditions: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):FAR Clauses - https://www.acquisition.gov/far/DOI Clauses - https://www.doi.gov/pam/aindex.html CLAUSES INCORPORATED BY REFERENCE: 52.203-06. a1, Restriction on Subcontractor Sales to the Government (Alt 1) (Sep 2006) 52.204-04, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-07, System for Award Management (Jul 2013) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13, Central Contractor Registration Maintenance (Jul 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-01, Instructions to Offerors - Commercial Items (Jul 2013) 52.212-03, Offeror Representations and Certifications-Commercial Items (Aug 2013) 52.212-04, Contract Terms and Conditions - Commercial Items (Sep 2013) 52.217-08, Option to Extend Services (Nov 1999) 52.225-01, Buy American Act - Supplies (Feb 2009) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-15, Stop-Work Order (Aug. 1989) 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-01, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.225-18, Place of Manufacture (Sep 2006) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) 52.232-39, Unenforceability of Unauthorized Obligations (June 2013) 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 52.233-04, Applicable Law for Breach of Contract Claim (Oct 2004) DIAPR 2012-05, Class Deviation - Limitation with Respect to Felony Criminal Convictions and Delinquent Tax Debts ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors RAC 13-03, Reclamation Invoicing Submission Requirements WBR 1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace - Bureau of Reclamation WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations WBR 1452.237-80, Security Requirements - Bureau of Reclamation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a212821e014816b27dc9e833b4c8be3d)
- Place of Performance
- Address: All Bureau of Reclamation Regions.
- Zip Code: 841381147
- Zip Code: 841381147
- Record
- SN03223534-W 20131030/131028234014-a212821e014816b27dc9e833b4c8be3d (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 |