Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

Z -- Remove and Repair 4 Raw Sewage Pumps

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3140112A001
 
Archive Date
6/18/2010
 
Point of Contact
Jeffrey A Kistler, Phone: 623-856-7179 x247, Eric Hinsch, Phone: 623-856-9665
 
E-Mail Address
jeffrey.kistler@luke.af.mil, eric.hinsch@luke.af.mil
(jeffrey.kistler@luke.af.mil, eric.hinsch@luke.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation, No. F2U3140112A001 issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small business. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This acquisition is unrestricted; NAICS: 335312 ; Size Std.: 500 employees. This acquisition is for: Contract Line Item(s) (CLIN) 0001, Description: Contractor shall provide all labor, transportation, tools and material necessary to perform " Removal and replacement of 4 Raw Sewage Pumps at the wastewater treatment plant on LAFB and in accordance with the attached Statement of Work, Crane service will be required. Work may be completed during normal work hours of 7:00 AM to 4:00 PM. Required Delivery: Thirty (30) calendar days after receipt of order. Period of acceptance of offers: the offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for the receipt of offers. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. The provisions at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation, for the purposes of this clause the blank is completed as follows: (a)...: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price: Award will be made to the lowest evaluated offer that meets the requirements of the solicitation. (2) Ability to meet the technical capabilities of the items specified. The Government reserves the right to make an award based on initial offers received without discussions of such offers. Evaluation will be based on low price technically acceptable offeror demonstrating evidence of past performance with timely delivery. Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order--Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition with addenda incorporating FAR clause(s) Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-19; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items applies to this solicitation with addenda incorporating DFARS clause(s) 252.225-7001, Buy American Act and Balance of Payment Program. To be considered for award, offerors must also comply with DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.232-7009, Payment by Electronic Funds Transfer. Central Contractor Registration information can be obtained through the Internet at www.ccr.gov Offers shall be submitted via email and received not later than 4:00 PM local time, 3 June 2010. Direct any questions or concerns to Jeff Kistler at (623) 856-7179x247, fax number 623-856-3438 or email at jeffrey.kistler@luke.af.mil. STATEMENT OF WORK REPAIR RAW SEWAGE PUMPS AT WASTEWATER TREATMENT FACILITY 1. SCOPE: The work covered by this statement of work consists in furnishing all plant, labor, equipment, appliances and materials and performing all operations in connection with the complete repair of 4 raw sewage pumps at the wastewater treatment facility. All work will be in strict accordance with the contract. 2. REMOVE AND REINSTALL: Contractor shall remove pump/motor assemblies one at a time to repair and reinstall before starting on the second. The contractor shall reinstall pumps/motors and all other removed appurtenances after completion of specified work. Contractor will supply a crane and all equipment to remove and replace the pump/motor assembly. 3. REPLACE BEARINGS AND OTHER NECESSARY PARTS: Contractor shall disassemble motor/pump assembly to the point of accessing bearings. Clean and inspect both bearing journals on each end of the motor shafts. Purchase and install new replacement bearings. After disassembly the contractor will replace all parts that are worn or need replacing with the new bearings. Reassemble motor/pump assembly, reinstall and perform initial start up. 4. TESTS: After the installation is complete and at such time as the Contracting Officer may direct, the contractor shall conduct an operation test for approval to ensure the rotor is operational. The equipment shall be demonstrated to operate in accordance with the requirements of this specification. The test shall be performed in the presence of the base wastewater treatment operator. The contractor shall furnish all instruments and personnel required for the test. 5. SUBMITTALS: The contractor shall provide submittals for any additional work on the well that may need repair. 6. WARRANTY: The contractor shall provide a 1-year warranty on all work and material. PERFORMANCE PERIOD Work under this contract shall be completed within 30 calendar days after receipt by the contractor of written Notice to Proceed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U3140112A001/listing.html)
 
Place of Performance
Address: EL MIRAGE RD AND GLENDALE AVE, WASTEWATER TREATMENT PLANT, GLENDALE, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN02162295-W 20100529/100527235229-21c4400b0834f72044ef108ddb06967d (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.