|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399Contracting Office, USPFO For Hawaii, 4208 Diamond Head Road, Honolulu,
HI 96816-4495 49 -- OIL/WATER SEPARATOR SOL DAHA50-99-T-0004 DUE 081999 POC Joelyn
Janicki, Purchasing Agent, (808)733-4317 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 required and a written
solicitation will not be issued. The provisions and clauses in the RFQ
are those in effect through FAC 97-13. The Office of the US Property
& Fiscal Officer for Hawaii, Hawaii Army National Guard is looking to
purchase portable oil/water separators, quantity 2 ea. Flow rate-20 GPM
for surface discharge or up to 125 GPM for sanitary sewer discharge.
System features: Base with tank (A36 3/16 mild steel); coalescing pack
(steel); oil drain off (2" gate valve); sludge discharge (3" ball
valve); external sludge container (A-36 3/16 mild steel); 2" electric
centrifugal pump (110 v single phase); weather-proof control panel;
control and floats; installation hoses (includes 30' suction hose & 50'
discharge hose); overflow safety switch; unit cover; mounted on a 6-ton
tandem axle trailer with military hitch and standard ball hitch; media
filter system including -- 250 gal transfer tank with pressure pump;
media vessel with 800 lb activated carbon; weather-proof control panel.
Additional Requirements: Electric control panel for switching between
110v and 220v. 7000 watt, heavy duty generator with electric start and
recoil. Taylor CPS 2000-Model MV or equal. If quoting an equal please
fax specification along with proposal. Proposal must include shipping
charges and on-site technical assistance and training. FOB Destination
Honolulu, Hawaii. Deliver to: USPFO-HI, Bldg 303, 4208 Diamond Head
Road, Honolulu, HI 96816. Delivery required within 60 days ARO. This
procurement is unrestricted. The SIC and the small business size
standard for this procurement is 3599 and 500 employees respectfully.
All contractors must be registered in the Central Contractors
Registration database to be eligible for Department of Defense contract
award and must be able to receive Electronic Funds Transfer (EFT).
Quoters are encouraged to use the Standard Form 1449,
solicitation/Contract/Order for Commercial Items form found at
http://procure.arc.nasa.gov to submit a quotation. Quoters shall
provide the information required by FAR 52.212-3. If the end product(s)
quoted is other than domestic end product(s) as defined in the clause
entitled "Buy American Act -- Supplies", the quoter shall state and
list the country of origin. The following FAR Clauses are applicable:
FAR 52.212-1, Instruction to Offerors -- Commercial, FAR 52.212-2,
Evaluation -- Commercial Items (NOTE: Evaluation factors for this
procurement are: Technically Acceptable/Low Cost), FAR 52.212-4
Contract Terms and Conditions -- Commercial Items, and FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commerical Items. These clauses may be obtained via
the Internet at http://farsite.hill.af.mil/. Proposals must be received
no laterthan 3:00 pm HST, 19 Aug 99. Proposal should be faxed to
USPFO-HI, Purchasing and Contracting Division, Joelyn Janicki at
(808)733-4397. Posted 07/28/99 (W-SN360153). (0209) Loren Data Corp. http://www.ld.com (SYN# 0332 19990730\49-0001.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|