SOLICITATION NOTICE
45 -- Purchase of Boiler
- Notice Date
- 11/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
- ZIP Code
- 20135
- Solicitation Number
- HSFEMW-09-Q-0003
- Archive Date
- 12/3/2008
- Point of Contact
- Sandra K. Bucher,, Phone: (540) 542-2303
- E-Mail Address
-
sandra.bucher@dhs.gov
- 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; offers are being requested and a written solicitation will not be issued. HSFEMW-09-Q-0003, issued as a Request for Quotation (RFQ), is for the purchase of a Tate Engineering Inc. Boiler. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-27. This procurement is being solicited on a total small business set-aside basis. The NAICS and small business size standard for this project are: 333414/500. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. Delivery of the boiler will be made to DHS/FEMA, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection & acceptance. Gov't is looking for the best/earliest delivery time available. Government also requires delivery terms to be FOB Destination. BOILER DESCRIPTION/SPECIFICATIONS (NOTE: NO SUBSTITUTIONS WILL BE ACCEPTED – THIS IS A BRAND NAME PURCHASE BASED ON THE CURRENT REQUIREMENTS OF THE GOVERNMENT AND EXISTING COMPATIBILITY ISSUES): 1 Each Tate Engineering Inc. Boiler Model 4: M4S-100-2000-150ST(120/160); Boiler Capacity: 47 HP; Boiler Output: 1600000 Btu/hr; Operating Pressure: 15 psi; Altitude: 2000 ft.; Insurance Requirements: GE-GAP (CSD-1) and FM. Additional peripheral equipment (also in 1 each quantities): ASME Safety Valve: 150# Steam; Altitude Correction 2000 ft; Voltage Adder 115/1/60V; Steam Nozzle Change from 2.5 FPT to 4” NPT; Chemical Feed Tappings; Substituted Aux LWCO McD-M 150 on/off Float; Soot Washer Swivel Fittings; Remote Emergency Shutoff (115V) – Break Glass Type (Ship Loose): Terminals Only-Switch by Others Boilers; Remote Emergency Shutoff Terminals; Combustion Air Interlock-Option 3; Assured Low Fire Cutoff Relays and Terminals (in panel); Low Fire Hold Aquastat for High Press. Steam; Optional Comb Safeguard Control CB-100E, UV Scan; Low Oil Pressure Switch (mounted); Oil Vacuum Gauge; Alarm Device 6 inch Bell (Mounted/Wired); Pressure Control Piping; FM Insurance Standard Gas Train; CWT Quote 1: Safety Pressure Relief Valve @ 25# setting Set @ 25 psig relief MANDATORY REQUIREMENT: Successful Contractor must be able to provide the boiler as specified above. BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose offer will be most advantageous to the Gov't based on lowest price/technically acceptable factors. In order for an offeror's product to be considered technically acceptable, the mandatory requirement identified above must be met. Offeror’s must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 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," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-6 "Notice of Total Small Business Set-Aside," 52.219-14 "Limitations on Subcontracting," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation 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," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above. Due date for receipt of responses to this RFQ will be 1:30 PM/EST, 11/18/2008 to FEMA, MWEOC, 19844 Blue Ridge Mountain Rd., Mt. Weather, VA 20135-2006, ATTN: Ms. Sandra Bucher, Bldg. 772, telephone number 540/542-2303, fax number 540/542-2632 or 2631, or email at sandra.bucher@dhs.gov. Electronic responses are preferred and strongly encouraged.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f3438c770ad23148d33f72946cb743e4&tab=core&_cview=1)
- Record
- SN01700536-W 20081106/081104215040-5ea67eb0f109748fb8e0c310978dcb5d (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 |