Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605

Centers For Disease Control And Prevention (CDC), Procurement & Grants Office, 2920 Brandywine Road, Atlanta, Georgia 30341-4146

W -- RENTAL/LEASING OF HEAVY EQUIPMENT SOL 2000Q00094 DUE 060700 POC Susan Varga-Sinka, Contract Specialist, Facilities, Construction, Commodities & Equipment, 770-488-2619 The Centers for Disease Control and Prevention (CDC) contemplates awarding an order for the rental/leasing of a 40,000 PPH package watertube boiler, constructed in accordance with the ASME Code, 350 PSIG design, arranged for #2 fuel oil and natural gas. The following boiler requirements must be included in any low bid quote received in order for the award to be issued: DESIGN PRESSURE shall be 350 PSIG, Maximum 335 PSIG, Minimum 125 PSIG; GAS FIRED REQUIREMENTS must be Gas Consumption (100% load) 54,624 SCFH, Gas Operating Pressure Required 6.5 PSIG and Burner Requirement is Low Nox Burner; OIL FIRED REQUIREMENTS is Oil Consumption (1000% load) # 2 Fuel Oil 367 GPH,, Minimum Oil Pressure is Positive, Maximum Oil Pressure 30 PSIG, Pilot Gas Pressure 2 PSIG; Oil Atomization (Air), Minimum Air Pressure 80 PSIG, Maximum Air Pressure 120 PSIG, Air Consumption 20 SCFM and Burner Requirements is low Nox Burner; FEEDWATER REQUIREMENTS is Minimum Feedwater Pressure 180 PSIG, Maximum Feedwater Pressure 225 PSIG, Minimum Feedwater Temperature 212 Degrees F.; ELECTRICAL REQUIREMENTS is Electrical Amps-Combination Burner 70 Amps, Electrical Voltage 480/60/3/VAC, F.D.Fan 25 HP, Oil Pump (#2 Oil) 1-1/2 HP, To Include Transformer 480 to 120 Volt; AUXILLARY EQUIPMENT TO BE FURNISHED is 5'-0" High Stack and Transition Assemble, One (1) 6" Non-Return Check Value, Two (2) Blow-Down Valves (Set at 350 PSIG.). DELIVERY INFORMATION -- Boiler is to be delivered with no delay and made available immediately for use . CONTRACT DURATION from 10/01/2000 thru 03/31/2001, a SIX ( 6) MONTH PERIOD and shall be delivered on site to The Centers for Disease Control and Prevention (CDC), 1600 Clifton Road, Atlanta, Georgia 30333 to Building 10 (West of the Boiler Chimney). The Boiler is to be delivered to the job site NLT September 2000 for operation on October 1, 2000. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WIH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED OTHER THAN IN THIS Request for Quote 2000-Q-00094. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqusition Circular 97-16. This is a total SMALL BUSINESS SET ASIDE. The SIC code is 3433, with a size standard of 500 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on price and best value. ALL FAR CLAUSES AND PROVISIONS may be read at the following address: http://www.arnet.gov/far/farziped.html. FAR Provision 52.212-1, Instructions to Offerors-Commercial Item (Nov 1999) and the following clauses incorporated by addendum apply-52.212-2 Evaluation-Commercial Items (JAN 1999); 52-212-3 Offeror Representations and Certifications-Commercial Items (OCT 1999) is incorporated and is required to be submitted with the contractor's quote; 52.212-4 Contract Term and Conditions-Commercial Items (MAY 1999) and the following clauses incorporated by addendum apply 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999); 52. 219-8 Utilization of Small Business Concerns ; 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2000); 52.247-34 F.O.B Destination (NOV 1991); FAR Clauses 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Itemsm (FEB 2000); See clauses that apply as shown in 52.212-5 such as 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 99); 52.225-3 Buy American Act-Supplies; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports onDisabled Veterans and Veterans of the Vietnam Era; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.). The Contractor shall include the terms of these clauses in every subcontract or purchase order; 52.232-34 Payment by Electronic Funds Transfer-Othen than Central Contractor Registration (MAY 1999); FAR Provision 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.242-15 Stop-Work Order (AUG 1989); FAR Provision 52.252-6 Authorized Deviations in Clauses (APR 1984); FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR Clause "Year 2000 Warranty"; FAR Clause 52.211-6 Brand Name or Equal (AUG 1999); Clause 52.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUNE 1996); QUOTES ARE DUE AT 2:00 PM ON JUNE 7, 2000 to the following address: Centers for Disease Control and Prevention, Contracts Management Branch, ATTN: Contract Specialist Susan Varga-Sinka, PGO/FCCE, Koger Center, Colgate Building, Room 3000, 2920 Brandywine Road, Atlanta, GA 30341-5539. All quotes should be marked with the RFQ NO. 2000-Q-00094. The envelope shall be clearly marked on the envelope and/or facimile cover page by faxing to (770) 488-2670 or 2671. All responsible sources that can meet the above requirements may submit a quote, which shall be considered by the Agency . See Numbered Note 1 Posted 05/18/00 (W-SN456386). (0139)

Loren Data Corp. http://www.ld.com (SYN# 0075 20000522\W-0001.SOL)


W - Lease or Rental of Equipment Index Page