|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930439 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
|
|