Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 28,1997 PSA#1981

37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253

45 -- REMOVAL AND INSTALLATION OF WATER SOFTENERS. SOL F41636-98-Q0058 DUE 121197 POC Bruce Taylor, Contracting Officer, (210)-671-1723 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 solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written quotes (no oral ones), on requisition F41636-98-Q0058, to FAX number (210)-671-5063. Project is the replacement of two automatic water softeners at Bldg 4430, Wiford Hall Medical Center, Lackland AFB Texas. Staement of Work (SOW) is as follows: (1) The contractor shall remove and dispose of old water softeners and replace with an automatic water softener system, including replacement of related valves, fittings and piping. (2) The contractor will install two new dual 42" X 60" softener tanks with the following characteristics: Rated at 125 PSI working pressure, 3" inlet and outlet connections, maximum flow rates of150 GPM per tank, tank capacity of 30 CF of high capacity softening resin, meters: auto-reset, salt per regeneration: per tank at 61 lbs/CF resin 180 lbs; at 15 lbs/CF resin 450 LBS. Regeneration sequence: backwash, brine draw/slow rinse, fast rinse, service. Regeneration sequence control timer: automatic 212/interlock. Regeneration control valve: 604 solomatic. (3) Flow rates at peak demand 150 GPM. Normal demand 90 GPM. (4) all contols shall be new. (5) all electrical shall be new. (6) all water pipe/tubing shall be copper type "K". (7) all drain lines shall be schedule 40 PVC. (8) all work will be accomplished during normal duty hours, Monday through Friday, excluding federal holidays. (9) the point of contact for scheduling site visits will be Mr. Joe Leos, phone# 210-292-5106. (10) final inspection and approval of work will be accomplished by 37th CES/CEW and contracting office. Delivery and finished installation to be within 8 weeks of award, or as soon as possible. This procurement is restricted to small business, using the size standard listed per SIC code in FAR 19 ($7 million per year). This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-01. Standard Industrial Code (SIC) is 1711. For delivery to Lackland AFB TX 78236. Note that the provisions at FAR 52.212-1, Instructions to Offerers -- Commercial Terms, applies to this acquisition. And the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this solicitation. Specifically the following clauses cited are applicable: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers. The clause at DFARS 252.212-7001, Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically the following clauses cited are also applicable: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Offerers must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DAFRS 252.212-7000, Offerors Representations and Certifications -- Commercial Items. Award will be based on evaluation of requirements capability, lowest price, responsible offer. Quote will be sent in writing (no oral quote), to the Point of Contact indicated above. Quote is required to be submitted not later than 2:00PM (CST), 11 Dec 97, and acceptance must be good for 60 days. Award is anticipated to be made either Dec. 97 or Jan 98. Quote must cover all items in SOW, including removal of existing sytem and installation. Brand/model/part number of system offered must be identified in Quote and Technical Literature for system must be provided for evaluation.. If removal and installation labor costs exceed $2,500 then the Service Contract act applies to wages paid on that labor. Any small business may submit an offer, which, if timely received will be considered by this agency.**** . (0329)

Loren Data Corp. http://www.ld.com (SYN# 0210 19971128\45-0001.SOL)


45 - Plumbing, Heating and Sanitation Equipment Index Page