Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

46 -- Basic packaged CMF System provided on painted carbon steel skid

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Midwest Regional Office National Park Service 1709 Jackson Street Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
Q631004M036
 
Archive Date
5/10/2005
 
Point of Contact
Robert M. Maydwell Contract Specialist 4022217292 ;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. This award will be awarded IAW FAR 13.5, Test Program for Certain Commercial Items. This acquisition is issued as a Request for Quote (RFQ). The solicitation number is Q631004M036. NAICS code is 333319 and the business size standard is 500. Isle Royale National Park has a requirement for a water treatment plant to provide potable water. This project involves: CLIN 0001, a basic packaged CMF system provided on painted carbon steel skid consisting of the following mounted sub-components: USFilter/Memcor microfiltration unit, model 6M10V comprised of six M10V membrane sub-modules fabricated of PVDF membrane material and nylon centertubes, PVC schedule 80 pipework. Shall be NEC and NEMA 4 compliant, based on 208V/3pH/60Hz electrical requirements. Backwash energy dissipation system, backwash air supply system, interconnecting the backwash tank and air supply system piping fabricated of PVC and copper, respectively. 1 set membrane integrity Test System and 3 sets operation and maintenance manuals to USFilter commercial standards. Provide ten man days of manufacturing services to ensure proper installation and assembly procedures are followed, and commissioning and training of the CMF units. Note: System and all support modules must be equipped with drain values/ports in all low points that could collect and store water or condensate. This system and all support modules are going to be out of service during the winter months in an unheated building and will be subject to freezing. This system is the only certified system accepted by the State of Michigan $_____. CLIN 0002, Recommended custom spare parts for three phase CFM unit $____. CLIN 0003, Pneumatic module removal tool for servicing of membrane modules $_____. Since this is a single source acquisition, the CFM system and associated components will be awarded to: U. S. Filter Waste Water Group Inc., 600 Arrasmith Trail, Ames, Iowa 50010-9760. The performance time on this contract is 120 calendar days from the date of Notice to Proceed.. All files are available for downloading in ADOBE PDF Format from Internet URL http://ideasec.nbc.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. FAR 52.212-1, Instructions to Offerors-Commercial Items, and any addenda to the provision as listed in this notice; 52.212-3 Offeror Representations and Certifications-Commercial Items (submit a complete copy with offer). To obtain an electronic copy of 52.212-3, visit the following web site: http://www.arnet.gov/far/. 52.212-4 Contract Terms and Conditions. Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated By Reference (http://www.arnet.gov/far/). The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.219-9, Small Business Subcontracting Plan; FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000); FAR 52.225-1, Buy American Act - Supplies, (JUNE 2003); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003). To view the provisions and clauses in full text, visit the web site (http://www.arnet.gov/far). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format will follow FAR 52.212-1. All responses must be received no later than 4:00 P.M. Central Standard Time on 21 May 2004. For information regarding this solicitation, contact Robert Maydwell at (402) 221-7292, FAX (402) 221-4251 or email Robert_Maydwell@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1419446)
 
Place of Performance
Address: Isle Royale National Park-Mott Island 800 East Lakeshore Drive Houghton, MI 49931-1895
Zip Code: 68102
Country: US
 
Record
SN00583278-W 20040512/040510212352 (fbodaily.com)
 
Source
FedBizOpps.gov 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.