Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1999 PSA#2359

Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Ave., Miami, FL 33177-1630

41 -- FURNISH AND IISTALL ONE (1) 40-TON CHILLER, TRANE MODEL CGAC OR EQUAL SOL DTCG82-99-Q-3WC151 DUE 062499 POC ELIZABETH PHILLIPS, Phone: 305-278-6723 SYNOPSIS/SOLICITATION: This is a combined synopsis/request for quotation (RFQ). This synopsis information is being used to solicit quotations. All information is contained in this document and a written solicitation will not be issued. The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 97-11. This RFQ is being solicited under the Small Business Set-Aside Program. Standard Industrial Classification Code is 1711, size standard of 750 employees. The required completion date shall be within 30 days after acceptance of order. SCOPE:Furnish and install one (1) 40-ton chiller, Trane Model CGAC or equal, meeting the following specifications: (1) Air cooled water chiller, (2) capable of cooling 71 gpm (water) from 53.3 degrees to 42 degrees Fahrenheit at 95 degrees Fahrenheit ambient using 208 Volts 3-phase electrical service, (3) R-22 or other refrigerant having an Ozone Depletion Factor (ODF) of 0.05 or less, (4) Capacity control Condenser coil fin corrosion protection meeting 6000 hours of salt spray test in accordance with ASTM B 117 or equal with 5 year manufacturer's warranty, (^) Installation and startup tests, (7) Two-inch thick cellular glass insulation with aluminum jacketing on disturbed piping, including valves, (8) 1 year warranty on chiller with 5 year extended warranty on compressor(s), and (9) Removal and disposal of existing chiller. Quotations shall include shipping costs to destination. Shipping address will be to U.S. Coast Guard Station Destin, Florida. PROVISIONS & CLAUSES incorporated by reference: FAR 52.212-1 Instructions To Offerors -- Commercial Items (APR 1998); FAR 52.212-2 Evaluation -- Commercial Items does not apply, award will be made to the lowest price. Bidders shall complete and submit with their quote: FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (MAY 1999); FAR 52,212-4 Contract Terms and Conditions Commercial Items (APR 1998); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 1999); FAR 52.215-5 Facsimile Proposals(Oct 1997); FAR 52.214-34 Submission of Offers in the English Language (APR 1991); FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (JUN 1997); FAR 52.219-9 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (AUG 1998); FAR 52.222-26 Equal Opportunity (APR 1984); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36 Affirmative Action for Handicapped Wrokers (APR 1984); FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52,225-03 Buy American Act-Supplies(JAN 1994); FAR 52.246-02 Inspection of Supplies Fixed Price(AUG 1996); FAR 52.249-02 Termination for Convenience of the Government (Fixed Price)(SEP 1996); FAR.249-08 Default (Fixed Price Supply and Service)(APR 1984); NOTICE TO OFFERORS, For Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 milion per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning Bonding Assistance Program and/or the STLP, please call the OSDBU at (800)532-1169. SUBMISSION OF QUOTES: All responsible sources may submit a quotation, which will be considered by this agency. Closing date and time for receipt of offers is 24 June 1999, 3:00 p.m., Eastern Time. Facsimile offers are acceptable and may be forwarded to (305) 278-6704, Attention: Elizabeth Phillips. Mail shall be addressed to Contracting Officer, USCG Civil Engineering Unit, 15608 SW 117th Avenue, Miami, FL 33177-1630. All quotes shall be clearly marked with the contractor's name, address, phone number and contact person, along with the solicitation number and FAR 52.212-3 vendor information. Posted 06/01/99 (W-SN337798). (0152)

Loren Data Corp. http://www.ld.com (SYN# 0242 19990603\41-0001.SOL)


41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page