Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

L -- BURNER OPTIMIZATION PROGRAM SERVICE

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-12-Q-0354
 
Point of Contact
Deborah L Woleslagle, Phone: 910-450-5405, Claretha W. Dancy, Phone: 9104511244
 
E-Mail Address
deborah.woleslagle@usmc.mil, claretha.dancy@usmc.mil
(deborah.woleslagle@usmc.mil, claretha.dancy@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RESPONSE DATE IS CHANGED FROM 9/4/12 TO 9/7/12 AT NOON (EST). 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 publication. A written solicitation will not be issued. Solicitation number M67001-12-Q-0354 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 332410 and the small business size standard is 500. Award will be based on Best Value to the Government. Evaluation criteria includes: 1) Technical - (a)Must be an authorized technical service representative for industrial boilers, (b) Be knowledgeable on Riley Stoker boilers built in 1942, 2) Price, 3) Past Performance, and 4) Delivery of Services. This solicitation is for all or none. Please include Company's cage code and tax ID. Line Item #0001: BURNER OPTIMIZATION PROGRAM SERVICE. Provide services of a Technical Services Representative (TSR) to advise and consult with performance optimization of the firing systems This is a service to provide a technical service to assist the Maintenance Shop in checking, testing, and adjusting the burners on the boilers at the Marine Corps Base Camp Lejeune Steam Plant, NC to ensure each boiler is operating at peak performance and efficiency. There are a total of four (4) boilers at the Steam Plant (Bldg 1700) and each boiler has a total of two (2) burners. As part of the "Optimization Program", the program may include: 1) Clean air testing; 2) Dirty Air Testing; 3) Coal Fineness testing; and 4) Burner tuning. It is estimated that it will take the (TSR) up to two (2) days per boilers for testing and adjusting the burners and one (1) day to prepare a final report to document all findings and provide long term recommendations. Quote is to be broke down in three parts: (TS) representative time of nine (9) days (provide hourly wage per hour), travel time and cost, and living expenses for nine (9) days. BOILER SPECIFICATIONS: Manufacturer: Riley Stoker, Year Built: 1942, Type of Boiler: Watertube, Manufacturer Models: P-25-25-W-W, Capacity: 100,000 lb. Hr, Total of four (4) boilers and eight (8) burners. PURPOSE OF SERVICE: The sole purpose of the "Optimization Program" is to make sure each of the burners on the boilers are operating at peak performance and efficiency. SCOPE OF WORK: 1) Technical Service Representative (TSR) is to test each burner and record all results; 2) TSR is to compare the results with the manufacturer's recommended settings; 3) TSR is to keep adjusting and tuning each burner until it is close to the manufacturer's recommended settings as possible; 4) TSR is to prepare a Final Report documenting all findings and providing long term recommendations. This request is in support of the Marines at Camp Lejeune, NC All quotes must be FOB Destination to Camp Lejeune, NC Zip code 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 11.105 Items Peculiar to One Manufacturer. FAR 52.204-99 System for Award Management Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. QUOTERS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the System for Award Management (SAM), a free web-site which consolidated Federal procurement systems and the Catalog of Federal Domestic Assistance (CCR, Federal Regulations, ORCA and EPLS were migrated into SAM), and registered, or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with SAM registration, contact the SAM Customer Service at 866-606-8220 or visit their website at: http://www.fsd.gov. Quoters must have a current SAM record prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The closing date for this solicitation is 1600 hours (EST) on 7 SEPTEMBER 2012. Quoters are responsible for ensuring that their quote has been received and is legible. Submit quote to deborah.woleslagle@usmc.mil or fax to (910) 450-5405. Note 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-12-Q-0354/listing.html)
 
Place of Performance
Address: 1116 BIRCH STREET, CAMP LEJEUNE, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN02866639-W 20120906/120905000457-8c2481f3857ef8c81528a9bd7ca572d0 (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.