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