Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

J -- CLEAN AND REPAIR EQUIPMENT SOL N00244-99-T-0004 DUE 102198 POC Contracting Officer, Teddy M. Santos 619-532-2555, Buyer, Nicole Hunga (619) 532-2564, fax (619) 532-2575 WEB: Click here to learn more about FISC San Diego and additional, www.sd.fisc.navy.mil. E-MAIL: Click here to contact the buyer via e-mail., nicole_m_hunga@sd.fisc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in the FAR Part 12.6 as supplemented with additional information included in this notice. This announcement Constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-99-T-00004. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. This solicitation is issued on an unrestricted basis, under Standard Industrial Classification Code is 3589 and the business size standard is 100 employees. IMPORTANT NOTICE: DFAR 252.204-7004 "Required Central Contract Registration" applies to all solicitation issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Call 888-227-2423/800-841-4431 or utilize Internet at http://ccr.edi.disa.mil for more information. FISC San Diego has a requirement for On Site service and material for Neutralization, cleaning and servicing of (8) Lefort Fume Scrubbers. Located outside of Building 472, Naval Aviation Depot, North Island, San Diego, CA. The cleaning for the 8 Fume Scrubbers will not exceed a total of ten (10) cleaning per year. C-1, C-2, C-4, P-1, P-2, P-3 and P-4. The Fume Scrubbers listed above will be cleaned on a requested basis, as production allows. The cleaning of the scrubbers will not exceed 10 cleaning during the contract period. Cleaning schedules will be determined by the Government. Billing shall be accordance with each completed cleaning. Service is to include the necessary chemicals, equipment, and manpower to neutralize and clean scrubbers; including the distribution piping, manifolds, nozzles, mist eliminators, packing chambers, reservoirs, and pump sumps. The manifolds and nozzles will be physically cleaned to ensure maximum distribution of chemicals. After the chemical cleaning, the interior of the scrubbers will be high-pressure washed, rinsed, and vacuumed cleaned. The contractor will also perform monthly inspections of all (8) Fume Scrubbers to insure that they are performing properly. The nozzles are not plugged, that water levels are properly adjusted, that valves are properly positioned, that pump seals are not leaking. Contractor shall provide a detailed written report is to be sent to the Naval Aviation Depot, North Island (Each Month) determining the status and condition of each scrubber. The servicing of the Fume Scrubbers will include a visual inspection of the fan belts and adjustment, if necessary, greasing of the blower housing assembly. Discrepancies will be corrected by contractor technicians with Naval Aviation Depot providing the necessary parts and material as required. Due to the Fume Scrubbers being in a hazardous and confined space (OSHA Article #108), All OSHA Safety procedures will be followed and all work will be performed using OSHA approved safety equipment. Water and Waste Disposal of Liquids and/or residue taken from the Fume Scrubbers provided that they are in proper containers and properly marked. Contractor to repack, clean manifold chambers repairs on any of the eight (8) government owned Leford Fume Scrubbers, Located on the North side of Building 472, Naval Aviation Depot, North Island, San Diego, CA. The service must begin on a Sunday during production shut down. One (1) day for each cleaning. The scrubbers listed above will be re-packed on a as required basis, re-packs schedules will be determined by the Government Representative. Contractor shall invoice the government after each complete Re-Pack, accompanied with a full report. Services performed on the system are to include: Distribution piping, manifolds, nozzles, mist eliminators, packing chambers reservoir and pump sump. Prior to cleaning contractor is to carefully remove the old deteriorated packing media from the scrubbers and place in government provided Hazardous Drums. The manifold and nozzles will be physically cleaned to insure maximum distribution and the interior of the scrubber is to be high pressure washed, rinsed and vacuumed clean. Contractor will refill the packing chambers with 200 cubic feet of new, high efficiency tri-pack polypropylene packing media. The service is to include a visual inspection of the fan belts and adjustments (If necessary) greasing of the pillow block bearing and cleaning of the blower housing assembly. The Naval Aviation Depot will be responsible for electricity, water, waste disposal of liquid residue and old deteriorated packing media from the Fume Scrubber, provided they are in proper containers and properly marked. Hazardous drums will be provided by the government Note: Hazardous waste to be handled, contain residue from Fumes such as chromic, hydrofluoric, hexivalent chrome, trichoroetyene, therefore, stringent requirements of State and Federal Regulation must followed. Old media packing (Saddle Type) shall be removed and placed in drums of the specified 17-h type. The drums will be labeled to verify the hazardous waste they contain in accordance with DEQ/EPA hazardous waste specifications. The government shall supply all drums and labels. All drums shall be stored in a government designated area for future disposal by the government. Inspection and acceptance will be performed at Destination by authorized Government personnel. Qualified vendors are requested to submit the following information in order to have your response be considered complete: (1) Firm Fixed Pricing, include: Unit Price, (2) Payment terms, Cage Code, Dun/Bradstreet number, Taxpayer ID number; (3) FAR Clause 52.212-3 must be filled out and returned with your quote. Evaluation criteria: The evaluation criteria to be applied to all offers submitted, IAW FAR 52.212-2. 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, price and other factors considered. The following factors shall be used to evaluate offers: (I) technical capability (ii) price and (iii) past performance. The evaluated weight to be applied to each factor is : price 60%, technical 30%, and past performance 10%. For past performance offerors shall provide information re: other contracts for Service of Lefort Fume Scrubbers, including the name and phone numbers of the company or prime contractors; all past and current contracts. Past performance will not be evaluated where there is no past performance information. The following provisions and clauses are applicable and are hereby incorporated into the solicitation by reference and will be provided by the contracting officer in full text upon request. Note: The full text of the provisions from the FAR and DFARS can be accessed VIA the Internet using the following WEB-SITE Address: www.arnet.gov FAR 52.212-1, Instructions to Offerors Commercial Item, Addendum to 52.212-1 hereby applies: 52.214-31 Facsimile Proposals. 52.212-2 Evaluation of Commercial Items; Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract Offerors are required complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): 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, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration applies to all solicitations issued on or after 6/1/98, Lack of registration in the CCR database will make an offeror/quoter ineligible for award. All responsible Offerors are to submit current pricing delivery time payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specification. Quotes must be received no later than 3: 00 p.m. PST, 21 Oct 1998, and will be accepted via FAX (619) 532-2575 Attn: Nicole Hunga, Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref .navy.mil/turbo/arp51.htm/ Posted 10/06/98 (W-SN259729). (0279)

Loren Data Corp. http://www.ld.com (SYN# 0050 19981008\J-0015.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page