Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930

439 LSS/LGC, 250 Airlift Drive, Westover Air Reserve Base, Chicopee MA 01022-1525

54 -- FAST FILLED COMPRESSED NATURAL GAS STATION SOL F1961797T3182 DUE 092297 POC Theresa M. Elkins, 413/557-3835, Contracting Officer, Michael I. Lafortune, 413/557-3835 This is a combined synopsis/request for quotation 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 request for quotation; proposals are being requested and a written request for quotation/solicitation will not be issued. This request for quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 97-1 and Defense Acquisition Circular 91-12. This is an unrestricted procurement for the following: Fast-Filled Compressed Natural Gas Station. Must have a dispensing rate minimum (DRM) of 3.0 Gasoline Equivalent Gallons (GEG) Gallons Per Minute (GPM). We have approximately 20 vehicles in our fleet and a normal peak refueling period of approximately 5 hours, with an average vehicle capacity of 7 gallons per unit. This output will allow for timely refuel operations of mission-critical vehicles, such as flightline vehicle which support our flying mission and emergency vehicles such as Security Forces. The CNG station components must meet or exceed National Fire Protection Association (NFPA) Standards and National Electric Code (NEC) Standards. The unit dispenser should include NGV-1 hardware to comply with national infrastructure standards for CNG Dispensers. This unit must be constructed entirely of components capable of operations at temperatures ranging from -20 to 130 degrees Fahrenheit. The unit must be capable of displaying or recording the amount of GEGs used per unit fueling event. The unit must be capable of displaying storage pressure and temperature in a location clearly viewable by the operator. Bids must address standard warranty terms for the unit as well as any training offered in the maintenance and repair of the CNG Filling Station. The CNG filling station should be self-contained in the sense that it should operate on CNG with minimal reliance upon outside power sources such as electricity. The reason for this requirement is to prevent loss of refueling capability during periods of diminished electrical power such as brownouts. In this way, the base can comply with local requirements to curb power usage during brownout periods. The unit must be portable in the sense that it can be moved by flatbed truck or forklift to different on base locations to meet future mission requirements. Quantity 3 each. Standard Industrial Classification Code 3569. The small business size standard is 500 employees. Drawings and/or specifications are not available and cannot be furnished by the Government. Standard commercial packaging shall apply; however, each individual item or unit must be marked with (1) nomenclature, (2) part number, (3) serial number and (4)contract/purchase order number. Items are to be delivered to 94 LG/LGTM, Dobbins ARB, GA 30069-4207, 439 LSS/LGTM, Westover ARB, MA 01022-1772, 440 AW/LGTM, General Mitchell IAP ARS, WI 53207-6299. Inspection and Acceptance will be performed at destination. Closing date and time for receipt of offers is 22 September 1997, 2:00 p.m., Eastern Standard Time. Facsimile offers are acceptable and may be forwarded to fax number 413-557-2017. FAR provision 52.212-2 does apply, in that award will be made to the responsible offer conforming to the solicitation that is considered most advantageous to the Government. The following are evaluations factors listed in order of relative importance: (1) Price and (2) Technical capability of the item offered to meet the Government requirements. Offerors are instructed to include a completed copy of FAR provision 52.212-3 and DFARS provision 252.212-7000 "Offerors Representations and Certifications -- Commercial Items" with their bids. If a copy of these certifications are needed, it may be requested by faxing a request to 413-557-2017. Offers shall be submitted on company letterhead stationary indicating the nomenclature, part number, unit price and extended price. The offeror should include as part of their bid sufficient technical information (i.e. catalog cuts, brochures, drawings, specifications, etc..) to be evaluated by the Agency. All offers should be on an FOB Destination basis and should include any prompt payment discount offered. The offer must be signed by a Company representative authorized to commit the company. The following FAR/DFARS provisions and clauses apply to this request for quotation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 1997): FAR 52.212-2 Evaluations -- Commercial Items (Oct 1995); FAR 52.212-3 Offerors Representations and Certifications -- Commercial Items (Jan 1997); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 1996); applicable under 52.212-5 (b) are 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged 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 Special Disable Veterans and Veterans of the Vietnam Era; DRARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997), Applicable under this clause are 252.225-7007 Trade Agreements and 252.225-7012 Preference for Certain Domestic Commodities. (0253)

Loren Data Corp. http://www.ld.com (SYN# 0211 19970915\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page