Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2005 FBO #1257
SOLICITATION NOTICE

J -- Incinerator Refractory Replacement

Notice Date
5/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Seattle Office of Engineering Services, 2201 6th Avenue Mail Stop RX-24, Rm 710, Seattle, WA, 98121
 
ZIP Code
98121
 
Solicitation Number
102-RFQ-05-0006
 
Response Due
5/25/2005
 
Archive Date
6/9/2005
 
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. This is a request for written quotations and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03, which may be viewed at www.arnet.gov. The intent is to offer a fixed-price contract to the contractor whose quotation represents the best value to the Government, considering price, delivery, and past performance. All responsible sources may submit a quotation which shall be considered by the agency. Detailed plans and specifications are available in hard copy only by written request to Dale Burson, fax (206)615-2466, dale.burson@des.ihs.gov. Pre-quotation site visits may be made by arrangement with Kelly Hudson, PE, phone (406)363-9423, khudson@niaid.nih.gov. -- The requirement is for all materials, equipment and labor required for refurbishing a Consumat Systems, Inc. Model CS-325 PE incinerator. The work includes demolition of the existing insulation and lining in the primary and secondary chambers, steel casing repair as required, fabrication and installation of one high temperature damper blade, and installation of new insulation and refractory lining. The estimated cost is between $25,000 and $100,000. -- The contract price schedule will consist of two lines: 1. Steel casing repair, estimated quantity ten (10) square feet (FAR 52.211-18, Variation in Estimated Quantity, will apply to this line item); 2. All other work described in the plans and specifications, quantity one (1) job. -- The incinerator shall not be out of service for more than three (3) weeks. Also, the incinerator must be fully functional during the month of August 2005 for certification testing. Performance of all work by July 31, 2005 is preferred but quotations that provide for later delivery will be considered. -- The provision at FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. A competed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, must be submitted with each quotation. The small business size standard for NAICS Code 238290 is $12,000,000. The clauses at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders?Commercial Items, apply to this acquisition.The following additional FAR clauses listed in FAR 52.212-5 apply: 52.203-6 Restrictions on Subcontract Sales to the Government; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Oportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-16 Sanctioned European Union Country Services; 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.222-41 Service Contract Act of 1965 as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires.
 
Place of Performance
Address: National Institutes of Health, National Institute of Allergy and Infectious Diseases, Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana.
Zip Code: 59840
 
Record
SN00800622-W 20050506/050504211756 (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.