SOLICITATION NOTICE
68 -- Polyurethane Foam Sealant
- Notice Date
- 7/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) Manufacturing
- Contracting Office
- Bureau of ReclamationPacific Northwest RegionRegional OfficeAcquisition Management Division1150 N. Curtis Road, Ste. 100BoiseID83706-1234US
- ZIP Code
- 00000
- Solicitation Number
- R15PS01495
- Response Due
- 7/30/2015
- Archive Date
- 8/29/2015
- Point of Contact
- Matt Steele
- E-Mail Address
-
Official Email
(masteele@usbr.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION-Bureau of Reclamation 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; Quotes are being requested and a written solicitation will not be issued. Solicitation number R15PS01495 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This is a total small business set-aside under NAICS 326150 with an associated small business size standard of 500EMP. Equipmentless Foam Sealant used to close mine shafts and adits. Initial Delivery quantity is 100 Cubic Yards immediately upon award ready for use NLT Aug 10, 2015, then the full remaining 200 Cubic Yards will be required within 48 hrs of various request dates. CLIN 00010: 300 Cubic Yards of Polyurethane Foam Sealant- In accordance with below listed specifications and delivery requirements at $________per Cubic Yard for a total of $_________. -- The foam must be portable so that the foam can be backpacked to the site (e.g. boxes vs. barrels needing no specialized transport or installation equipment, and individual packages must weigh less than 25 pounds.) -- The foam must have a consistent density at all elevations. -- Foam installation must not require entrance into the mine shaft. -- Foam must be inert (only affected by exposure to UV light). -- Foam must be non-shrinking in dry and/or wet environments. -- Foam must be water-blown; chemical-blown products are not acceptable (i.e. no CFC, HFC, OR HCFC, including 245fa). -- Cream time: 30-50 Seconds; Gel time: 180-220 Seconds; Tack free time: 260 Seconds; Rise time: 300-360 Seconds; Density (free rise core) 2.4-2.7 pcf; Compressive Strength >30psi; Closed Cell Content >90%; Water absorption <0.08 lbs/sq ft; Storage Temperatures -20F to 120F; Shelf life 10-15 months estimated. -- Due to short notice job site requirements and quantity required, the Government does not have storage facility to keep product, due to this factor, Foam must be available for delivery within 48 hrs upon request from the Government. Total price includes all applicable fees and taxes. FOB: Destination, at 230 Collins Rd, Bldg 7, Boise ID 83702 The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. The following addendum to 52.212-1 applies: 52.212-1 substitutes the term quote where the term offer appears in the provision. 52.204-7 System For Award Management (Jul 2013); ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors; WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace. DIAPR 2012-05 Class Deviation Limitation with Respect to Felony Criminal Convictions and Delinquent Tax Debts(Feb 2012); 1452.215-71 Use and Disclosure of Proposal InformationDepartment of the Interior (Apr 1984); WBR 1452.222-80 Notice of applicabilityCooperation with Authorities and Remedies-Child LaborBureau of Reclamation (Jan 2004) By the provision at 52.212-2, Evaluation-Commercial Items, technical capability of equipment and delivery to meet the described government need, and price will be evaluated equally. Contractor needs to ensure their Offeror Representations and Certifications in SAM reflects the NAICS code 326150. Not having the NAICS code 326150 in the SAM Offeror Representations and Certifications may preclude vendor from receiving the award. The following addendum to 52.212-2 applies: WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations; WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services. The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. The following addenda to 52.212-4 apply: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.242-15 Stop-Work Order (Aug 1989) DIAPR 2011-04 AMEND 4INVOICE PROCESSING PLATFORM (IPP) TREASURY ELECTRONIC INVOICING SYSTEM (AUG 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist at masteele@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. "Payment requests" means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The vendor shall upon invoicing through the internet payment platform, attach a copy of their regular vendor invoice by utilizing the attachments feature on the lower right hand corner of the invoicing screen to substantiate requests for payment. The vendor invoice shall be readable in Microsoft Excel, Adobe Acrobat (.pdf) or Microsoft Word. FAR 32.905(b) outlines a Proper Invoice to include: 1. Name & address of the Contractor. 2. Invoice date & number. 3. Contract number, contract line item number and, if applicable, the order number. 4. Description, quantity, unit of measure, unit price and extended price of the items delivered. 5. Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading. 6. Terms of any discount for prompt payment offered. 7. Name and address of official to whom payment is to be sent. 8. Name, title, and phone number of person to notify in event of defective invoice. 9. Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. 10. Any other information or documentation required by the contract. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-19 Child LaborCooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Apr 2015); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-3 Buy AmericanFree Trade AgreementsIsraeli Trade Act (May 2014); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); 52.232-33 Payment by Electronic Funds TransferSystem for Award Management (Jul 2013);52.203-99 Prohibition on contracting with entities that require certain internal confidentiality agreements (Deviation 2015-02)(Mar 2015) Written, signed quotes with contact information and literature to evaluate for determination if product meets specifications and delivery requirements are due no later than 1400 MT, July 30, 2015 by electronic mail to masteele@usbr.gov. For information regarding this Request for Quotation, please contact Matthew Steele, Contract Specialist at 208-378-5342.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/011c5b2675a97bf3a74f824f81eed267)
- Record
- SN03809985-W 20150726/150724235419-011c5b2675a97bf3a74f824f81eed267 (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 |