Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063

44 -- BOILERS, HOT WATER SOL F26600-98-Q1506 DUE 063098 POC Sandy Holleran, (702) 652-3348 fax (702) 652-3367 Offers shall quote on the purchase of the following items: CLIN 0001: Boiler, hot water heating, 750,000 BTU, Mfg By Weben Jarco P/N VJHWB-750; qty 7 each. CLIN 0002: Boiler, hot water heating, 1,000,000 BTU SOS, Mfg By Weben Jarco P/N VJHWB-1000; qty 4 each. CLIN 0003: Boiler, hot water heating, 320,000 BTU, Mfg By Teledyne Laars P/N HH0320MN20CAAKX; qty 2 each. CLIN 0004: Boiler, hot water heating, 399,000 BTU, Mfg By Teledyne Laars P/N HH0400MN20CAAKX; qty 5 each. CLIN 0005: Boiler, hot water heating, 520,000 BTU, indoor, 85% combustion efficiency (operating efficiency) without any optional items, natural gas, forced draft combustion system, less than 20 PPM NOx emmissions, manual valve, automatic valve, operating controls (CTIS), 30 PSI, Mfg By Teledyne Laars P/N HH0520MN20CAABX or equal; qty 1 each. NOTE 1: Applies to CLINS 0001 through 0005. All boilers include "standard" catalogued features and components; must meet Cal-Code and CSD-1 approvals and comply with state of Nevada and Clark County Code requirements. NOTE 2: All items will be delivered FOB destination to Nellis AFB NV 89191. Date of delivery is 45 days from date contract is signed. Place of delivery and acceptance is Equipment Management Officer, 6159 McGough Parkway (Bldg 811E), Nellis AFB NV 89191-7261. NOTE 3: Full description for CLINs 0001 and 0002: Boiler, hot water heating, indoor, 87% +/- 1% combustion efficiency 94% thermal efficiency (these are single component efficiencies without any optional equipment), natural gas, 10 PPM NOx emissions, computerized ignition and control module, self diagnostic panel, 6" flue connector, 30 PSI (setting), Mfg By Weben Jarco Model Vision 3000 or equal for each CLIN 0001 and 0002. NOTE 4: Full desciption for CLINs 0003 and 0004: Boiler, hot water heating, 85% combustion efficiency (operating efficiency) without any optional items, natural gas, forced draft combustion system, less than 20 PPM NOx, manual valve, automatic and redundant valve, operating controls, 30 PSI (setting), Mfg By Teledyne Laars Model Mighty Max or equal for each CLIN 0003 and 0004. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. Solicitation F26600-98-Q1506 is issued as a Request for Quote (RFQ). This procurement is a 100% Small Business Set-Aside utilizing the size standard in FAR 19 under Standard Industrial Code 3433. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The provision at FAR 52.212-1 Instructions to Offerors-Commercial is incorporated by reference. Offerors are reminded to submit product literature (essential physical characteristics) of the items being offered in sufficient detail to evaluate compliance with this solicitation. Offers must submit three references for previous projects showing successful work and related experience. Provision FAR 52.212-2, Evaluation -- Commercial Items is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based upon price, past references, features, warranty and time of delivery. Award will be made on "all or none" (aggregate) basis. Offers are reminded to include a completed copy of the provision 52.212-3 Offeror Representation and Certifications -- Commercial Items, 252.212-7000 Offeror Representations and Certifications -- Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer (if not available, may be obtained by faxing request to Sandy Holleran @ (702) 652-3367 or available on the Internet @ wwwmil.nellis.af.mil/units/99CONS/web4.htm. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items is hereby incorporated by reference. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation, specifically, the following cited clauses are applicable: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, and 252.222-37. Additionally, Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated by reference, the following apply to this solicitation and any resultant contract 252.205-7000, 252.219-7003, 252.225-7001, 252.225-7012, 252.227-7015, 252.243-7001, 252.247-7023, and 252.247-7024. Additional FAR Clauses that are applicable: FAR 52.211-8 Time of Delivery, and 52.219-6. Additional FAR Clauses that are applicable: FAR 52.211-8 Time of Delivery, and 52.219-6. Additional FAR Clauses that are applicable: FAR 52.211-8 Time of Delivery, and 52.219-6. Additional DFAR Clauses: 252.225-7002; 252.225-7003; DFAR 252.204-7004 Required Central Contractor Registration [for solicitation (and resultant awards) issued after 1 Jun 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database. In order to register, the contractor must have a DUNS # (available @ (800) 333-0505. Registration via internet (ccr.edi.dis.mil) takes approximately 48 hours, all other methods take approximately 30 days.]; and DFAR 252.232-7009 Payment by Electronic Funds Transfer (CCR). Quotes must be submitted in writing, signed and dated to the 99th Contracting Squadron/LGCS, Attn: Sandy Holleran, 5865 Swaab Blvd, Nellis AFB NV 89191-7063, or by fax to (702) 652-3367. Offers are reminded to include product literature, Reps and Certs, past references criteria, Tax Identification #, and DUNS # with their quote. Award will be made on or about 7 Jul 98. All responsible sources may submit a quote, which, if timely received will be considered by this agency. Defense Priorities and Allocations System (DPAS) assigned rating: DO B10. Offers are due no later than Close of Business 4:30 PT (local time) on 30 Jun 98. Numbered Note 1, the proposed contract is 100% set aside for small business concerns. (0169)

Loren Data Corp. http://www.ld.com (SYN# 0227 19980622\44-0001.SOL)


44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index Page