Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378

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

41 -- AIR FILTER SOL N00244-99-T-0875 DUE 070699 POC Melissa Graves @ (619) 532-2568; FAX (619) 532-2347 WEB: Click here to obtain more information on FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer, melissa_l_graves@sd.fisc.navy.mil. . IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/RFQ N00244-99-T0875 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 and Defense Federal Acquisition Regulations Supplement 1998 Edition including updates through 2/15/99. The standard industrial code is 3571. The agency need is for Weldair twin cartridge filter w/HEPA filter This requirement is for a fixed priced contract for 3 line items as follows. Line Item 0001: 17 Each wa-1000tcph-arcology weldair twin cartridge filter w/HEPA filter P/N: 6333-01; 0002: 17 Each cartridge type primary filter P/N 6315-01; 0003: 17 Each 99.97% @ 0.3 micron HEPA filter P/N: 2226-02. EQUIPMENT SPECIFICATIONS Unit shall come equipped with the following MINIMUM requirements: 1. Rugged/heavy-duty construction made of 16-gauge steel with alkyd primer and finished using enamel paint. 2. Large (10") wheels or swivel casters with pull or push handle for portability. 3. 110VAC, 1-Phase, 60Hz, 3,450 RPM industrial-grade 1.5 Hp direct drive, fan cooled blower motor. 4. Heavy duty dry fume, smoke and dust removal system capable of removing welding fumes and grinding dust by use of a single adjustable, externally supported 10-foot long, 6-inch diameter mechanical pick-up arm to include an adjustable (210 degree swivel) point source hood attached to the mechanical arm end. 5. Two separate, self-contained in-line (in-series) filters consisting of a 370 sq.ft. cartridge type primary (main) filter(s) with a clean-out dust drawer including a spark trap and a 99.97% @ 0.3 micron HEPA filter. Easy access to filters for change out by operator. 6. An automatic timer controlled pulsed air blow-down filter cleaning system for the main cartridge filters. Cleaning shall be by a pulsed jet-like blast of 90-psi compressed air (compressed air will be supplied from an outside source by a hose connection). Cleaning will be controlled by a preset (adjustable) solid state timer. 7. Operating noise levels not to exceed 75 dB(A) @ 3 ft. 8. Nominal airflow capacity of 900 cubic feet/minute (cfm) with HEPA (950 CFM w/ HEPA). 9. Hood face velocity of 1,300 feet/minute (FPM) with HEPA (1,400 FPM w/o HEPA). 10. Will meet OSHA requirements. OTHER REQUIRMENTS: 1. One year warranty. 2. Spare Parts to include: a. 34 -- Main filters (line item 2) b. 34 -- 99.97% @ 0.3 micron HEPA Filters. (line item 3) 3. Training shall be FLEXIBLE. It should include a minimum of two classes with allowance of classes to be given on separate days, and a maximum of 8 hours of instruction to be arraigned through SIMA. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1, 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. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. In addition, NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red/Yellow/GreenProgram applies. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISION WITH THEIR PROPOSALS: FAR 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items. Note: IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition Regulations (FAR) at http://www.arnet.gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http://www.acq.osd.mil/dp/dars/dfars.html; 3) Other federal/defense links (e.g. Central Contractor Registration On-line, Commerce Business Daily On-Line) can be accessed on the Internet at http://www.acq.osd.mil/dp (scroll down to the bottom of the page for numerous links). Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery/availability of product/s,the company's CAGE Code, Dun & Bradstreet number (DUNS), Taxpayer ID number, and COMPLETED FAR 52.212-3. Reference Solicitation number on all correspondence. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, 7/6/99 and will be accepted via fax (619-532-2347) or via e-mail (melissa_l_graves@sd.fisc.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 13 Posted 06/28/99 (W-SN347869). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0255 19990630\41-0001.SOL)


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