Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1999 PSA#2388

Contracting 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