Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

45 -- WASTE SYSTEM UNIT

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Memphis, 1101 John A. Denie Road, Memphis, Tennessee, 38135
 
ZIP Code
38135
 
Solicitation Number
RFQP0111002710
 
Archive Date
8/17/2010
 
Point of Contact
Ronald E. Brewer, Phone: 901-384-5543
 
E-Mail Address
rebrewer@bop.gov
(rebrewer@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, FCI Memphis, TN is issuing 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 only the solicitation; proposals are being requested and a written solicitation with not be issued. RFQ-P0111-0027-10 is issued as a request for quotation The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-23. The North American Industrial Code is 423720. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on price. GENERAL REQUIREMENTS: The Federal Correctional Institution, Memphis, TN (FCI Memphis), located at 1101 John A. Denie Road, is requesting quotes for a Freestanding Waste System Unit. The description is as followed: Motors to be: -6 HP horizontally mounted pulper motor with 1 1/2 SST shaft -3 HP recirculating motor providing 90 gpm -2 HP water press motor -All motors to 480 volt 3 phase motor A pre-wired control box shall have main circuit breaker interlocked with door handle. Control panel is to be surface mounted. -Magnetic-type motor contractor -Individual single leg overload protection -Remote SST "start/stop" switch stations with provision for lock out/tag out controls(Field mounted) -Control package to include hour meter -"Empty Mode" to assist with cleaning process by spraying hot water in the water press cavity for an adjustable preset time. -Water level to be continuously monitored to ensure optimum level with a unique air pressure system. -Air line to be run in the conduit connecting the control panel to the pulper. -Interwiring between control panel and unit shall be done by the electrical contractor and consist of running wires between terminal strips in both locations. Pulper tank to be 25 ½" diameter one piece 316 sst investment cast tank -9" trough tangential left -0 degree trough position -Vibration isolation pads to separate the pulper motor, the recirculating pump motor and the tank from the SST frame -5 ½" SST pulping disc capable of processing up to 1250 lbs of food waste/hr depending on the mix -Rotating delta shearing cutters to be 17-4 SST, stationary shearing cutters to be hardened and tempered shock-resisting tool steel. -Particle sizing ring to be 17-4 SST with 3/4" diameter sizing holes -Complete polish SST outer housing -Unit includes a hinged lid electrically interlocked to prevent unit operation when opened -Water hammer arrestor -Drain water to be regulated by metering valve -A silver saver sink water flush -9" trough connection with a water feed trough nozzle -Chemical additive pump SST water press -12 O'clock waterpress position -Left hand chute position -6" SST conveyor screw with removable brushed -6" SST screen with.094" size holes -Non-adjustable moister level control paddles -8 jets to clean the SST screen during the empty mode -SST discharge chute electrically interlocked to prevent unit operation when opened -SST latched door to provide access to the interior of the water press Food Service Equipment Contractor is required to bolt unit to floor using fasteners approved by the architect. The proposed cost or price must include all associated charges or fees. Please ensure with your offer you include a complete copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items. All potential offerors are advised that this solicitation includes the clause FAR 52.212-5(Apr 2005) for Commercial Items, Central Contractor Registration(CCR). This clause requires all contractors doing business with the federal government after September 30, 2003, to registered in the CCR database. Offerors should include their Data Universal Number System(DUNS) number in their offers. The Contracting Officer will verify registration in the CCR database prior to award by entering the potential awardee's DUNS number into the CCR database. As of January 1, 2005, all potential offerors are required to complete the annual representations and certifications electronically via the On-Line Representations and Certifications Application (ORCA), which should be completed at http://orca.bpn.gov. This information is included in this solicitation in the provision FAR 52.212-1(Jan 2005) Instructions to Offerors - Commercial Items. Once you have completed the OCRA requirement, you are no longer required to submit 52.212-3 Offeror Representations and Certification with your quotes. Failure to complete either of these registration procedures outlined in this solicitation, may result in elimination from consideration for award. Award will be based on such factors as urgency, estimated dollar value, complexity and past experience. All offers must be received by the Contracting Officer specified above no later than 2:00 p.m., Central Time, on July 7, 2010. Offers received after this date will not be considered. Offers should be e-mailed, mailed or faxed to Ron Brewer, Contract Specialist. E-mail address is rebrewer@bop.gov and the fax number is 901-384-5457. The address is as follows, FCI Memphis, 1101 John A. Denie Road, Memphis, TN 38134. All reasonable offers from responsible offerors will be considered. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition." "Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible." THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY TO THIS ACQUISITION: You may request a copy of the clauses and provisions by phone and you will receive a faxed copy or you can print the clauses and provisions at www.arnet.gov/far. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. The following provisions and clauses will apply to this solicitation in accordance with Commercial Acquisition Items: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52-212-1 Instructions to Offerors - Commercial Items (JAN 2005) 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2005) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2005) 52-203-6 Restrictions on Subcontractor Sales to the Government 52-219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns (MAY 2004) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) 52.222-36 Affirmative Action for Worker with Disabilities (JUN 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) 52.225-13 Restrictions on Certain Foreign Purchases (JAN 2004) 52.225-15 Sanctioned European Union Country End Products (FEB 2000) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 52.233-3 Protest after Award (AUG 1996)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/11103/RFQP0111002710/listing.html)
 
Place of Performance
Address: FCI Memphis, 1101 John A. Denie Road, Memphis, Tennessee, 38134, United States
Zip Code: 38134
 
Record
SN02186295-W 20100625/100623235337-70d4a5314b85ba19bfae1347d4b921f2 (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.