|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1999 PSA#2388Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 44 -- BOILERS, 30 HORSEPOWER SOL M00681-99-T-0309 DUE 072399 POC
ERROR-Contract Specialist,Gloria Muchemore 760-725-1937 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
written solicitation will not be issued. The solicitation number is
M00681-99-T-0311 and this is a Request for Quote (RFQ). This
solicitation document incorporates provisions and clauses in effect
through FAC 97-11 and DAC 91-13. This is a 100% small business set
aside under simplified acquisition procedures; the standard industrial
code 5084 and the small business size standard is 100 employees. The
requirement is for a fixed priced contract. Request is for; item 0001
Quantity; 12 each. Diesel Engine, diesel fired heater. Manufacturer of
coil and tank is Farley's Inc or equal. Specifications are as follows:
Model PHD 5-2500M, 4.5 gpm @ 2500 psi, float tank feed version, the
system is "self contained" with diesel engine and 12 volt DC diesel
fired heater. It is powered by industrial rated Overhead Valve engine.
Electric start with deep cycle battery and 15 amp (min.) charging
system with 15 amp A.T.O. fuse. The pump: Comet brand or equal, forged
bronze rods, stainless valves, oversize bearings, bronze head,
regulator style pressure relief, high volume bypass system (bypass to
3 gl. float tank). Anti-seize compound is used on mounting hardware and
drive couplings. Low water shutdown is tank mounted and hermetically
sealed. Heater: Colt water wrap, vertical style, " schedule 80 steel
pipe (rated to 5000 psi) 210 decree F temperature control @ outlet, 140
degree F temperature control and regulating relief at heater inlet for
maximum safety control. Diesel burner is Beckett 12vDC version #ADC
brand or equal, with ATO fuses on 12 awg. Power and 16 AWG. Control
circuit wiring. 25 amp power switch, 70 amp control relay, fuel
pressure gauge, flow switch flame control, cleanable element fuel
filter/water separator, 5 gal diesel fuel cell is removable ("jeep
can') with lift off bracket. Cost to include 6/12/60 month extended
warranty and 6/12 month in shop preventative maintenance program. Item
0002 Quantity 12 each. Hi-psi Hose reels with high grade swivels for
hose rollups, 4k psi rated, rapid reel #4416. Manufacturer is Reel
Quick or equal. Includes; 50 ft hose, mounting rails, hardware, R2
connect hose. Downstream chemical injection with QC's, 50 ft R2
hi-pressure hose with QC's, trigger gun. All responsible sources may
submit an offer by providing descriptive literature of how your product
meets the needs of the Government; past performance of at least two
recent references where the Contractor has sold the same product.
completion of DFAR 252.225-7035. The Government will evaluate the
technical capability of the product to meet the Government's needs,
warranty, delivery and price. All Contractors submitting an offer are
reminded that you must be registered in the Central Contractor
Registration database to be considered for award. The following
FAR/DFAR provisions apply: FAR 52.212-1 Instructions to Offerors
Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Commercial Items with the
following applicable clauses for para (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, and FAR 52.247-64 Preference for
Privately Owned U.S. Flag Commercial Vessels; DFAR 252.225-7008
Supplies to be Accorded Duty Free Entry, DFAR 252.225-7037 Duty-Free
Entry NAFTA Country End Products and Supplies, DFAR 252.204-7004.
Required Central Contractor Registration, DFAR 252.232-7009 Payment by
Electronic Funds Transfer, and DFAR 252.212-7001 Contract Terms and
Conditions required to implement Statutes or Executive Orders
Applicable to Defense Acquisition of Commercial Items with the
following applicable clauses for para (b): DFAR 252.222-7036 North
American Free Trade Agreement Implementation Act. The Contractor shall
furnish a completed copy of FAR 52.212-3 Offeror Representations and
Certifications Commercial Items, DFAR 252.225-7035 Buy American Act
North American Free Trade Agreement Implementation CT Balance of
Payments Program Certificate, and DFAR 252.212-7000 Offeror
Representations and Certifications Commercial Items. Offers are due by
4PM (PST) 23 July 1999 and may be sent by mail or FAX. Offers sent via
US Postal Service should be mailed to the Contracting Office, P O BOX
1609, Oceanside, CA 92051-1609; offers sent by FedEx should be sent to
the Contracting Office, Bldg. 22180, Marine Corps Base, Camp
Pendleton, CA 92055-5027. Offers are solicited FOB destination only to
Camp Pendleton, CA. Award date is anticipated to be made by 27 July
1999. Posted 07/13/99 (W-SN353589). (0194) Loren Data Corp. http://www.ld.com (SYN# 0291 19990715\44-0001.SOL)
44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index Page
|
|