Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

45 -- Pellet boiler with thermal integration

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027, United States
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-10-Q-1SFOSW
 
Archive Date
9/28/2010
 
Point of Contact
Jane H McKenzie, Phone: 617-223-3159
 
E-Mail Address
jane.mckenzie@uscg.mil
(jane.mckenzie@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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; proposals are being requested and a written solicitation will not be issued. USCG Base Support Unit Boston is issuing a combined solicitation/synopsis to purchase a pellet boiler with thermal integration, pellet burner with auger, solar thermal evacuated tubes, variable speed circulation pump, pellet hopper, solar thermal controller with compatible circulation pump meeting the specifications listed below. HSCG24-10-Q-1SFOSW is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. This solicitation is issued as a 100% Small Business Set Aside. The applicable NAICS code is 423730. Small Business Size Stanadrd is 100 employees. Offers are due at: USCG BSU Boston, 427 Commercial St, Boston MA 02109 by the Close of Business on 13 September 2010. Per FAR 52.215-5 Facsimile proposals are allowed and should be faxed to 617-223-3145 referencing HSCG24-10-Q-1SFOSW. FOB Destination delivery to: 184 Clark Point Road, Southwest Harbor ME 04679 USCG SFO SOUTHWEST HARBOR ITEM 1 - PELLET BOILER WITH DIRECT SOLAR THERMAL INTEGRATION REQUIRED SPECIFICATIONS: Volumes, pressure and temperature Tank volume 630 litres Maximum operating pressure 1.5 bar Normal working temperature 75 - 80 ºC Maximum temperature 100 ºC Maximum power 25 kW Materials Hot water loops 2, D 22 mm 12 m (in series) Solar loop 1, D 18 mm 12 m Steel plate, furnace 6 mm Steel plate, tank 3 mm Insulation, moulded polyurethane 90 mm Dimensions and weights Height (floor/top of the insulation): 1840 mm Width/diameter exclusive of insulation: 750 mm Width/diameter including insulation: 930 mm Total depth of the furnace: 1230 mm Height floor-centre of smoke pipe: 1460 mm Smoke pipe dimension: 135 mm Smoke pipe connections: 5 Weight empty exclusive of burner: 300 kg Equipment Turbolators 4 Temperature meters 3 Electricity cartridge with indicator light 6 kW 1 Draught limiter 1 Ash box 1 Soot cleaning tools: 2 ITEM 2 - PELLET BURNER w/ AUGER REQUIRED SPECIFICATIONS: Heating Effect (Supplied): 13 - 25 kW / 44,382 - 85,350 BTU Combustion Efficiency: Approximately 95% Combustion Air (Used): Approximately 30 - 40 m3 / h Power Supply: 120 V 60 Hz Electrical Effect (Ignition): 400 W Electrical Effect (Operation): 40 W Combustion Fan: Adjustable Fuses (2): 4 AMP 5mm x 20mm slow blow fuses Compatibility: Must be compatible with ITEM 1 Auger: Compatible with above specifications Dimensions: Burner (mounted in mounting flange) Outside The Boiler: Depth:..........................................15 - 3/8" / 38.99 cm Width:............................................8 - 7/8" / 22.50 cm Total height:.................................20 - 1/2" / 51.99 cm Combustion Chamber Tube in the Boiler: Length:..........................................4 - 1/2" / 11.51 cm Diameter:.......................................6 - 1/8" / 15.49 cm Combustion Chamber (recommended dimensions) Depth:..........................................13 - 5/8" / 34.49 cm Width:.................................................. 10" / 25.50 cm Height:................................................. 10" / 25.50 cm Burner must function as follows; Burner is meant to be installed in a boiler and fuelled with wood pellets. The supplied auger transports the fuel from a pellet hopper to the burner. The control box contains a microprocessor system that monitors and regulates the combustion. The supplied temperature sensor starts and stops the burner, automatically referencing the boiler temperature. A warm air element ignites the fuel. The start procedure is designed to create a quick and almost smoke free ignition. The burner starts automatically when the boiler temperature cools down to the set start temperature. It runs until the preset maximum boiler temperature (switch-off temperature) has been reached, e.g. 176 - 185º F / 80 - 85° C. When the boiler stops automatically, a short cooling-down and self cleaning period is initiated. The burner can be set for operation with four different start-stop differences, 50, 60, 70, or 80° F / 10, 15, 20, or 25° C. Power interruptions and disturbances are taken care of by the control system. After a power interruption, the present conditions are checked against the previous settings after which the burner restarts. When a disturbance occurs, the burner can be operated in an "Extra Safe Mode" or if there is a safety risk, the burner switches off. As an additional option, the control box may be configured to work as an accumulator regulator. This feature allows for longer run times. This feature is enabled when an optional second temperature sensor (not included) is installed in the accumulator to shut off when the accumulator preset temperature has been reached or when the boiler has reached 194º F / 90° C, whichever occurs first. ITEM 3 - SOLAR THERMAL EVACUATED TUBES REQUIRED SPECIFICATIONS: Evacuated Tubes: 60 Double Walled Vacuum (Buy America Act Compliant) Header: Copper Tube Heat Pipes: Copper Header Manifold: Aluminum casing (Insulated) Black Arrays/Panels: 2 Roofing Frames: 2-Stainless steel adjustable 20-60 degrees ITEM 4 - VARIABLE SPEED CIRCULATION PUMP REQUIRED SPECIFICATIONS: Liquid: Liquid temperature range: 35.6.. 230 °F Technical: TF class: 110 Approvals on nameplate: CUL, FCC Materials: Pump housing: /CAST IRON DIN W.-Nr. GG15 ASTM 30 B Impeller: Composite, PES Installation: Range of ambient temperature: 32.. 104 °F Maximum operating pressure: 145 psi Pipe connection: GF 15/26 Pressure stage: PN 10 Port-to-port length: 6 1/2 in Electrical data: Power input - P1: 5.. 45 W Main frequency: 60 Hz Rated voltage: 1 x 115 V Rated current: 0.1 A Enclosure class (IEC 34-5): 42 Insulation class (IEC 85): F Other Required Functions: One-touch operation for selecting seven different hydraulic settings. 3 Fixed Speeds 3 Constant Pressure settings LED display indicating power (Watts) consumption and flow (GPM) ITEM 5 - PELLET HOPPER REQUIRED SPECIFICATIONS: Capacity: Approx. 1 Ton Dimensions: 8'H x 3'9"W x 4'9"L ITEM 6 - SOLAR THERMAL CONTROLLER W/ COMPATIBLE CIRCULATION PUMP REQUIRED SPECIFICATIONS: Operating voltage: 120 VAC (± 15 %), 60 Hz [optional 240 VAC (±15 %), 60 Hz] Controller's own Consumption: ≤ 1 Watt 3 inputs for temperature Recording Pt1000 1 output: Switch relay; Switching performance max. 0.5 HP (120 VAC); 1 HP (240 VAC) Fuse: Littelfuse 215.004 Display: Animated LCD display, 2-colour background Protection class: IP 20/DIN 40050 Permitted ambient Temperature: 32 °F to 113 °F (0 °C to +45 °C) Assembly: Wall-mounted Temperature sensors 2x Pt1000: Collector sensor: 4.9 ft silicone cable with bushing (Temperature limit 356 °F (+180 °C)) Storage tank sensor: 0.9 ft twisted single conductor flat surface sensors with compression cable lug (Temperature limit 221 °F (+105 °C)) Circulating Pump: Compatible with all above controller specifications Additional contract requirements, terms and conditions, if any {warranties, submittals, financing}: Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); there no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 Nov 2007 (41 U.S.C et seq);52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332), Contractors must have active registration on Contractor Central Registration at time quote is submitted. For further information and registration, please access www.ccr.gov. Registration is free. FACSIMILE PROPOSALS (OCT 1997) FAR 52.215-5 (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of facsimile receiving equipment is (617) 223-3145. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance o the essential requirements of the solicitation cannot be ascertained from the document --- (1) The Contracting Officer shall immediately notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror, and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. As prescribed in 4.1403(a), insert the following clause: Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (a) Definitions. As used in this clause: "Executive" means officers, managing partners, or any other employees in management positions. "First-tier subcontract" means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor's general and administrative expenses or indirect cost. "Total compensation" means the cash and noncash dollar value earned by the executive during the Contractor's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor's primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor's preceding completed fiscal year at http://www.ccr.gov, if- (i) In the Contractor's preceding fiscal year, the Contractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor's preceding completed fiscal year at http://www.fsrs.gov, if- (i) In the subcontractor's preceding fiscal year, the subcontractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. (End of clause) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCB/HSCG24-10-Q-1SFOSW/listing.html)
 
Place of Performance
Address: 184 Clark Point Road, southwest harbor, Maine, 04679, United States
Zip Code: 04679
 
Record
SN02267813-W 20100905/100903235259-10a35e94fc7036e5f126a5fb1b13e82c (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.