|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155509th Contracting Squadron, 850 Arnold Ave, Site 2, Whiteman AFB, MO
65305-5054 N -- UPGRADE TWO SANITARY SEWER LIFT STATIONS SOL F23606 98 Q0542 DUE
090398 POC Naida Fenner, Contract Administrator, 660/687-5414 or Ralph
S. Helton, Contracting Officer, 660/687-5421. WEB: Click here to access
copy of RFQ., http://www.whiteman.af.mil/509cons/Solicitations/98Q0542.
E-MAIL: Click here to contact the Contracting Officer.,
sollgcs@whiteman.af.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulation document (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. Solicitation F23606 98 Q0542
is being issued as a RFQ. The Government will award a contract
resulting from this solicitation to the responsible offeror having the
lowest overall price. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-05 and Defense Acquisition Circular 91-13. This
acquisition is set aside 100% for small business, standard industrial
classification code 4952 and small business size standard $5.0 million.
The Defense Priorities and Allocations System (DPAS) rating is S-10.
DESC: Services non-personal to furnish all labor, materials and
equipment necessary to remove old equipment and install new equipment
to include startup and testing two sanitary sewer lift stations. Line
item 0001: Duplex lift station upgrade for HELO hanger, facility 83228,
Hydraulic conditions 250 GPM @ 12' Total Dynamic Head (TDH). Two (2)
each flygt submersible wastewater pumps, Model CP3085 438(X) explosion
proof, 2.2 HP, 460 volt, 3 phase, 60 hertz motors. Forty (40') feet of
electrical subcab cable, thermal overloads and FLS leakage detectors
installed in pumps. Accessories include: Two (2) upper guide bar
brackets; two (2) 4" discharge elbows; two(2) 4" discharge connection
hardware; four (4) 2" X 20' length 304 stainless steel guide rails; two
(2) 13' lengths of stainless steel chain attached to the pumps; two (2)
chain fitting kits; two (2) grip eyes for quick retrieval; two (2) mix
flush valves; one (1) stainless steel float cable holder; four (4)
float switches, each 20' long; two (2) 4" HDI ball check valves; two
(2) 4" gate valves; one (1) model 522SS upright mount socket, stainless
steel for a DAVIT brand crane; one (1) aluminum access cover, model
R1R48, round cover with 32" X 47" clear opening. One duplex control
panel with the following features: aluminum NEMA 4 enclosure; dead
front panel; square D NEMA FNVR motor starters; square D heavy duty
motor, power, and control breakers. Four (4) float control systems;
alarm horn and light; alarm silencers; elapsed time meters; alternator;
heater/thermostat; intrinsically safe relays; mini-cas receivers;
moister PL; NEMA 4 HOA; run lights; surge arrestor; thermal terminals;
transformer 24 VAC, transformers 480/120. Line item two: Duplex lift
station upgrade for Military Family Housing, building 189, hydraulic
conditions 250 GPM @ 37' TDH. Two (2) flygt submersible wastewater
pumps, model CP3127 434(X) explosion proof, 7.5 hp, 208 volt, 3 phase,
60 hertz motors. Forty (40') feet of electrical subcab cable, thermal
overloads and FLS leakage detectors installed in pumps. Accessories to
be included: two (2) upper guide bar brackets; two (2) 4" discharge
elbows; two (2) 4" discharge connection hardware; four (4) stainless
steel guide rails; two (2) 13' lengths of stainless steel chain
attached to the pumps; one (1) float cable holder (stainless steel);
four (4) float switches (20" length each); two (2) 4' HDL ball check
valves; two (2) 4" gate valves; one (1) manual [portable] DAVIT brand
crane, 500 LB capacity, model 5122MI; one (1) model 522SS upright mount
socket-stainless steel for a DAVIT brand crane; one (1) aluminum access
cover, model C1E84X111, rectangular cover with 84" X 111" clear
opening, 30" X 48" access door. One duplex control panel with the
following features: aluminum NEMA 4 enclosure; dead front panel; square
D NEMA FNVR motor starters; square D heavy duty motor, power and
control breakers; four (4) float control system; alarm horn and light;
alarm silencers; elapsed time meters; alternator; heater/thermostat;
intrinsically safe relays; mini-cas receivers; moisture PL; NEMA 4 HOA;
run lights; surge arrestor; thermal terminals; transformer 24 VAC;
transformers 480/120. A site visit is scheduled for 18 August 1998,
1:00 PM local. Those interested in attending the site visit should
contact Darrell Tackett, 660/687-3616 to make necessary arrangements.
Provision 52.237-1, Site Visit is hereby incorporated into this
solicitation. Delivery/installation within 120 calendar days after
receipt of award. F.O.B. destination to Whiteman Air Force Base,
Missouri is required. Blanket Wage Determination No. 94-2307, Revision
No. 11, dated 06/30/1997 shall be incorporated into the resulting
award. Occupation code and title are 23790, maintenance pipe fitter.
The following FAR provisions and clauses apply to this acquisition:
Provision 52.212-1, Instructions to Offerors Commercial Items;
Provision 52.212-3, Offeror Representations and Certifications
Commercial Items; Clause 52.214-4, Contract Terms and Conditions
Commercial Items; Clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Commercial Items,
limited to subparagraphs (a), (b)(3), (b)(5), (b)(6-10), (c)(1-2), and
e. DFARS Provision 252.212-7000, Offeror Representations and
Certifications Commercial Items. DFARS Clause 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisition of Commercial Items. DFARS Clause
252.232-7009, Required Central Contract Registration. Offerors must
include a completed copy of FAR provision 52.212.3 and DFARS provision
252.2120-7000 with their quote. The above referenced provisions and
clauses may be obtained at the following Internet address
http://farsite.hill.af.mil. All quotes are due not later than 3
September 1998, 4:00PM local, to 509 CONS/LGCS, 850 Arnold Ave., Site
2, Whiteman AFB, MO 65305-5054, or if hand carried, placed in the
depository located in building 706, room 76. Late quotes are subject to
the late quote provision incorporated herein. Contact Naida Fenner,
Contract Administrator, 660/687-5414 or Ralph S. Helton, Contracting
Officer, 660/687-5421 if you require more information. Posted 08/06/98
(W-SN233466). (0218) Loren Data Corp. http://www.ld.com (SYN# 0075 19980810\N-0001.SOL)
N - Installation of Equipment Index Page
|
|