Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

56 -- ROUGHENING AIR PIPING

Notice Date
6/22/2020 9:27:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0052
 
Response Due
7/6/2020 12:00:00 AM
 
Archive Date
07/21/2020
 
Point of Contact
Wirth, Tanya
 
E-Mail Address
tlwirth@usbr.gov
(tlwirth@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
140R3020Q0052 - Roughening Air Piping Combined Synopsis/Solicitation (i) 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. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0052) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number (FAC) 2020-06. (iv) This requirement is a small business set aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 331110 - Iron and Steel Mills and Ferroalloy Manufacturing. The small business size standard for NAICS Code 331110 is 1,500 employees. (v) Line item 0001 - 4 LF, 2- Pipe; Schedule 40; Carbon Steel; Seamless; ASTM A53, Grade B, Type S. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0002 - 24 EA, S2- Flange; 150-pound; Weld Neck; Raised face; ATSM A 105; Grade II. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0003 - 8EA, 2-Ball Valve; Jamesbury brand name or equal Valve Part Number: 2-9150-11 22 36 TTT 1; Lockable handle. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0004 - 4EA, 2-Ball Valve, Actuator, and Linkage Kit; Jamesbury brand name or equal Valve Part Number: 2-9150-11 22 36 TTT 1; Jamesbury Actuator Part Number: ESR W 600 S2 S115AC; Jamesbury Linkage Kit Part Number: LK 1592. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0005 - 4EA, 2- Brand name or equal Globe Valve and Actuator; Bonney Forge Valve Part Number: 2-1-31-RF. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0006 - 8EA, � X 2 Threadolet; Class 3000; Carbon Steel. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0007 - 20 LF, �-Pipe; Schedule 40; Carbon Steel; Seamless; ASTM A53; Grade B, Type S. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0008 - 8EA, �-Ball Valve; Jamesbury brand name or equal; Series 4000; Part Number: � 4BX-2236TT A1. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. Line item 0010 - 4EA, Rosemount brand name or equal 2051 Coplanar Differential Pressure Transmitter; Part Number 2051CD2A22B1JL5M5DZ. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. (vi) The Bureau of Reclamation has a requirement has the requirement to purchase supplies for a roughening air piping system. The Statement of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. (vii) Delivery will be no later than 30 days after receipt of award to: Lower Colorado Dams Office Hoover Dam Central Warehouse U.S. Highway 93 / NV State Route 172 Boulder City, NV 89005 702-494-2333 THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. (ix) Determination of award will be based on the lowest-priced responsive quote from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. (Jun 2020) Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (Oct 2018) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jun 2020) The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C.644). 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2020) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)). 52.222-3, Convict Labor (JAN 2020) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JAN 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (JAN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.223-20, Aerosols (JUN 2016)(E.O. 13693) 52.223-21, Foams (JUN 2016)(E.O. 13693) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (31 U.S.C. 3332). (xiii) Additional contract requirements include the following clauses and provisions: 52.204-13, Central Contractor Registration Maintenance (JAN 2020) 52.232-99, Providing Accelerated Payment to Small Business Subcontracts (DEVIATION), (JAN 2020) 52.242-15, Stop-Work Order (JAN 2020) 52.252-06, Authorized Deviations in Clause (JAN 2020) 1452.237-80, Security Requirements, Information Technology/Compulsory Protection of Sensitive Information and Security Access Requirements (JAN 2020) Reclamation Invoicing Submission Requirements (xiv) Not Applicable (xv) All questions shall be submitted via email to kbroadnax@usbr.gov AND tlwirth@usbr.gov no later than 1pm, June 25th, 2020, local time. Offers are due 1pm, July 6, 2020, local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted via email to kbroadnax@usbr.gov AND tlwirth@usbr.gov. (xvi) The Point of Contact (POC) for this solicitation is Tanya Wirth. She may be reached via e-mail at tlwirth@usbr.gov, or by phone at 702-293-8426. The secondary POC is Kevin Broadnax and he may be reached at 702-293-8413 or kbroadnax@usbr.gov. End of Combined/Synopsis Solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/259b96e3fa9f41e7b3154e449ff5d6db/view)
 
Place of Performance
Address: 89005
Zip Code: 89005
 
Record
SN05698987-F 20200624/200623042659 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.