Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

46 -- This solicitation is being advertised as 100% Small Business Set-Aside. The associated NAICS code is 237110; size standard of 500 employees.

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P807T0182
 
Response Due
8/23/2007
 
Archive Date
10/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION  QUOT ES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation (W912P8-07-T-0182) is issued as a Request for Quotation (RFQ). This synopsis/ solicitation document and incorporated provisions and clauses are those in effect throug h FAR Circular 2005-16 and Class Deviation 2005-0001. This solicitation is being advertised as 100% Small Business Set-Aside. The associated NAICS code is 237110; size standard of 500 employees. SEWAGE LIFT PUMP STATION AND PACKAGED SEWAGE TREATMENT PLANT CLIN 0001 - Qty 1-Each Packaged Sewage Lift Pump Station Pumpcon International Incorporated Model Simplex Guiderail System installed in a FRP basin (or equal). Equal must meet or exceed the following salient characteristics: FRP Basin size 36 diameter by 108 high, lockable aluminum hatch cover, stainless stee l pump guide rails and lifting cable, 1-1/4 brass gate and check valves and slide away coupling, gate valve extension handle, Hydromatic Model HPG200M6-2 submersible grinder pump, 1-1/4 discharge, 12/56 GPM, 92/23 TDH, 3450 RPM, 3-Phase, 208 Volts, 60Hz, bronze fitted, permanently lubricated double ball bearings, stainless steel pump shaft and fasteners, motor over-temp sensors, moisture detection probes, double mechanical seals, 30-foot power cord, stainless steel float bracket and three (3) float switch es, Simplex Control Panel consisting of NEMA Type 4X stainless steel enclosure with circuit breaker, magnetic motor starter with overload protection, hand-off-auto switch with green run light, high wet well level alarm, seal failure alarm mounted on the c ontrol enclosure, and high temperature shutdown. Equipment shall be delivered to the Dwyer Road Pumping Station, 5400 Dwyer Road, New Orleans, LA 70126. FOB: Destination CLIN 0002 - Qty 1-Each - Packaged Sewerage Treatment Plant Delta Fiberglass and Environmental Products, Sewerage Treatment Plant Model UC-50-FF with Chlorine Contact Chamber Model Chlor-1 and Control Panel Model CP21 (or equal). Equal must meet or exceed the following salient characteristics: Treatment plant capa city 500 GPD, Total Volume 764 GAL, Aeration Volume 596 GAL, Clarifier Volume 168 GAL, BOD Loading 1.25 Lbs/Day, Three (3) Air Drops, 4-inch PVC pipe inlet and outlets, 80 GAL Chlorine contact tank, 120V single phase compressor, 120V single phase control p anel equipped with a circuit breaker, high level and low pressure alarm buzzer and alarm light. Equipment shall be delivered to the Cousins Pumping Station, 2466 Destrehan Avenue, Harvey, LA 70058. FOB: Destination CLIN 0003- OPTION  QTY 8-weeks - Storage Offerer shall provide indoor storage for the lift pump station and sewerage treatment plant listed in Items 0001 thru 0002 until such time the Government is ready to receive the equipment. Each item shall be protectively processed for short term indoor sto rage which as a minimum shall include completely wrapping the equipment in heavy gage polyethylene sheeting, sealing all edges with tape and enclosing desiccant bags in the wrapping to prevent accumulation of moisture. While in storage, the responsibility and liability for all equipment prior to delivery and acceptance of the equipment remains with the offerer. NOTE: The Government reserve the right to exercise this option and end it at any time and is not obligated to use the total amount of weeks stated. A modification will be issued to start the storage. The offerer shall contact the Government at least 48-hours prior to shipping any equipment. At that time, the Government will notify the offerer if the shipment is ready to be received, if not, a modification will be issued to begin the storage of equipmen t. COMPLETION OF WORK. The offerer shal l have the equipment specified herein ready for shipment within 60 days after the notice to proceed has been issued by the Contracting Officer. ITEM DESCRIPTION QTY TOTAL 0001 Packaged Sewage Lift Pump Station  1 Each LS $_____________ Dwyer Pump Station 0002 Packaged Sewerage Treatment Plant- 1 Each LS $_____________ Cousins Pump Station TOTAL&&&&&&&&&&&&&&&&&&&&&&&&&&.................................$_____________ 0003 Optional Storage 8 Weeks $________ Per Week $_____________ PART VII  CLAUSES: The Federal Acquisition Regulation (FAR) and Department of Defense (DFAR) may be obtained via the Internet at URL: http://www.arnet.gov/far. The following FAR and DFAR clauses and provisions apply to this solicitation and any resulti ng contract: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to OfferorsCommercial Items; 52.212-4, Contract Terms and ConditionsCommercial Items; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference and 252.232-7010. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, applies but only the following are applicable to this procurement: 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Con vict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity 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; 52.2 32-33, Payment by Electronic Funds TransferCentral Contractor Registration; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies but only the following are applicable to this procurement: 252.225-7001, Buy America n Act and Balance of Payments Program; 252.225-7016 Alternate I, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036, Buy American Act Alternate IFree Trade AgreementsBalance of Payments Program; and, 252.247-7023 Alternate III, Transpor tation of Supplies by Sea. Quotes must include a completed copy of FAR 52.212-3, Offeror Representations and CertificationsCommercial Items. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/, per the requirem ents of FAR 52.204-7 and DFAR 252.204-7004 Alt A. Quotes are required to be received no later than 2:00 PM CTS, Monday, 20 August 2007. Quotes may be sent to the address listed above or faxed to (504)862-2889. Quotes may also be e-mailed to Jeffrey.J.Wa guespack@mvn02.usace.army.mil. Award will be made based on responsiveness, responsibility, compliance with the requirements of this solicitation and deemed to be in the best interest of the Government. Basis for award will be by price and technical merit determined by the required product literature and as authorized by FAR 52.212-2, EvaluationCommercial Items.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT-W, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01371020-W 20070815/070813221521 (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 |
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.