Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,2000 PSA#2584

Contracting Division, P O Box 8368, Marine Corps Base, Camp Lejeune, NC 28547-8368

29 -- HYDROCARBON TRIPLEX FUELS RECOVERY SYSTEM SOL M6700100Q0014 DUE 050300 POC Sarah Swales, Contract Specialist, 910-451-3011, Contracting Officer, GySgt Tammy Lopez, 910-451-3011 E-MAIL: USMC Contracting Division, Camp Lejeune NC, smtp[swalessa@contracting@mcb lejeune]. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotations (RFQ) and the solicitation number is M6700100Q0014. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-03. The proposed acquisition is a small business set-aside. The standard industrial classification (SIC) code for this requirement is 5084 and the small business size standard is 500 employees. Item 0001 for (1) Hydrocarbon Triplex Fuels Recovery System . System shall be comprised of three separate skids for use on each specific fuel. Skids for system shall be similar in design and style of the pictured unit "Filterdyne Jet Fuel Reclaim System." Skids shall be suitable for outdoor service. Skids shall be pre-wired, pre-piped and tested, and shall be mounted on structural steel supporting frames equipped with boltholes suitable for mounting in concrete. Dimensions of each skid shall not exceed 72'long, 48"wide, and 50"high. All filter vessels shall be constructed of carbon steel with epoxy coated internals and rated at 150 psig. Skids shall use blackmer positive displacement pumps with internal relief valves. Motors shall be rated NEMA 7 explosion proof for Class 1, Division 1, Group D service, suitable for outdoor use. Pumps shall be non-overloading throughout the pump curve and shall be rated at 75-psig discharge pressures. System shall come pre-wired with external contact for customer to wire to float switch in their dirty tank. When float switch is activated by a low-level condition, pump will shut down. Additionally a flow switch with a start up override shall be located on the discharge of the pump to shut This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement down in a no flow condition. All electrical shall be NEMA 7 explosion proof and weatherproof. Skid connections shall be inlet: 2 inch NPT, Clean Fuel Output: 2 inch NPT, Water Outlet " NPT, Fuel Recycle: " NPT. Skids shall also have inlet and outlet sample ports for testing fuel quality. Exterior surfaces shall be painted light gray. Each skid shall be provided with both an initial charge of all required filter elements. Individual Specification: F-111-710 diesel Skids 110 volts, 15 g.p.m. diesel fuel recovery system with the following: haypack element for gross water removal, clay vessels for cross contamination surfactant removal, filter coalescer for dirt and water removal, final filter for polish filtration of outbound fuel, fuel/water separator for final separation. F-111-710 Kerosene Skid 110 volt, 15 g.p.m. kerosene recovery system with the following: haypack element for gross water removal, clay vessels for cross contamination surfactant removal, filter coalescer for dirt and water removal, final filter for polish filtration of outbound fuel, fuel/water separator for final separation. F-111-710 Motor Gasoline Skid 110 volt, 15 g.p.m. motor gasoline recovery system with the following: haypack element for gross water removal, absorption type flow restriction elements for dirt and water removal, final filter for polish filtration of outboard fuel, fuel/water separator for final separation. Delivery to be 15 to 30 days from date of award; delivery to Marine Corps Base, Camp Lejeune, NC 28542, FOB Destination. Quotes other than FOB DESTINATION will be rejected. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Federal Regulation Supplement (DFARS) provision and clauses apply to this Acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items, FAR52.212-3 Offerors Representations and Certification Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 WITH THEIR QUOTE. The offeror is required to provide their Contractor's DUNS Code and Commercial and Government Entity (Cage) code with their quote. The Cage Code entered must be for that name and address provided by the contractor. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. Evaluation for award will bebased on price and price related factors. Offers responding to this announcement shall submit their offers in accordance with FAR 52.212-1. The closing date for this solicitation is 03 May 00, 2:00 P.M. Submit offers to Contracting Division, P.O. Box 8368, Bldg 1116, MCB, Camp Lejeune, NC 28547-8368 or fax to (910) 451-2193. Posted 04/19/00 (W-SN446443). (0110)

Loren Data Corp. http://www.ld.com (SYN# 0218 20000421\29-0002.SOL)


29 - Engine Accessories Index Page