Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

U.S. Environmental Protection Agency, 26 W. Martin Luther King Dr., Cincinnati, OH 45268

44 -- SCOTCH MARINE TYPE FIRETUBE PACKAGE BOILER SOL PR-CI-00-10995 DUE 091500 POC Andre Reinhart reinhart.andre@epa.gov (5130 487-2119 WEB: The above link is for the EPA Cincinnati Contracts, http://www.epa.gov/oam/cinn_cmd. E-MAIL: Above is the Contracting Officer's e-mail address, reinhart.andre@epa.gov. 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 a written solicitation will not be issued. The solicitation number is PR-CI-00-10995. The solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The solicitation is issued under full and open competitive conditions. The standard industrial classification code is 1711 with a small business size standard of $11.5 million. The contractor shall deliver to EPA a Scotch Marine Type Firetube Package Boiler that meets the specifications provided below. The contractor shall deliver the boiler the EPA's new research facility in research Triangle Park, NC in the second quarter of calendar year 2001, at a time tobe specified by the EPA Project Officer (PO) or his representative at least 60 days prior to the required delivery date. This delivery shall include three copies of operation manuals, maintenance manuals, and listings of spare parts and sources for replacement. The contractor shall install the above boiler within 120 days after delivery. Installation shall include:1)Connection to the "Air Pollution Control System" (APCS) in accordance with guidance provided by the EPA PO and the EPA Permit Facility Manager, as identified by the EPA PO. 2)Provision of all hardware, plumbing, and electrical connections. For proposal preparation, the installation shall be based on a 25' rise, and 50' distance with two (2) 90 degree turns for stack gas connections to the APCS inlet manifold and a 20' distance to utility (electrical, plumbing, etc.) connections. Following installation, the contractor shall perform a standard industry acceptance test to confirm boiler operation and performance. The contractor shall conduct a training program on site for up to ten (10) EPA and/or operating contract personnel, during or within 30 days after the acceptance test. Partial Payment Schedule : The contractor shall propose a schedule for receipt of payments that is based on the standard commercial practice. Boiler Specifications 1. Type: Scotch Marine Type Firetube Package Boiler, 15 psi Steam Unit, 60 Horsepower (2 mm Btu/hr) 2. Dimensions: Maximum Weight: Not to exceed 9000 lbs (full) ; Maximum Overall length: Not to exceed 12 feet; Maximum Overall length including tube removal: Not to exceed 18 feet; Maximum Overall width: Not to exceed 7 feet; Maximum Overall height: Not to exceed 7 feet 3. ASME Code constructed, UL package listed. Meet the requirements of ASME Code for 15 psi steam working pressure. 4. ASME Code steam safety valves or water relief valves shipped for insured safe arrival. 5. Combination gas/oil burner and low-NOx (Oxides of Nitrogen) burner, capable of burning Nos. 2 through 6 fuel oils and natural gas. 6. Flange mounted forced-draft burner. 7. Furnished with complete line of controls consisting of combination water column, pump control, low water cut-off safety valve(s) steam pressure gauge, operating and safety pressure controls, and 3 flue gas thermometers. 8. Heavy steel box-type skid base for ease of handling and balanced weight distribution. 9. Firetubes must be separate tube sheets thermally zoned to prevent dangerous stresses encountered in single tube sheet boilers. Need easy access to front and rear tube sheets. 10. Gasketed, dust-tight control cabinet to protect flame safeguard and program controls. 11. Hinged insulated front door for ease-of-access inspection and cleaning. 12. Rear doors, weighing less than 90 lbs. 13. Heavy gauge 2" firetubes. 14. Factory-installed 22 gauge steel jacket with thick mineral fiber insulation for fuel efficiency. 15. Heavy steel lifting lugs for installation. 16. Round flanged flue gas outlet located at the rear of boiler for ease of stack breeching. 17. Ample disengaging area to assure quality dry steam. 18. Full water-back 100% submersed combustion chamber for increased heat transfer. 19. Capability for easy water drain. 20. Tube material steel tubing. 21. Capable of independently controlling air and fuel flows to achieve desired excess air levels at any load. 22. Capable of operating loads from a minimum of 50% full load. 23. Factory firetested with detailed report of this test, including firing the unit with the specified fuels, adjusting fuel and air ratios plus checking all controls and operating sequences. 24. Boiler must be listed and labeled by a third party listing agency approved by the North Carolina Building Code Council. A listing of these can will be provided upon request. 25. Prior to shipping unlisted equipment to EPA, a field inspection shall be performed at the manufacturers or suppliers place of business. The price of the inspection shall be include din the offerors proposal. If equipment fails the field inspection, the offeror shall make necessary changes to meet the listing agency's approval. Date of delivery: April 6, 2001, or a later date if specified by the EPA. If a later is specified, it will be no later than July 1, 2001. The Contractor will be notified by February 1, 2001 of the exact delivery date. U.S. EPA Place of delivery: 109 T. W. Alexander Drive Research Triangle Park North Carolina 27711 The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Paragraph (a) reads as follows: (a) 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, price and other factors considered. In addition to price, the following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement: 50 points Past performance: 50 points Technical capability and past performance, when combined, are approximately equal to price for evaluation purposes. Offerors to includea completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. This provision is available on the Internet at http://www.arnet.gov/far/loadmain.html. The following clauses/provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items ; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) ALT 1 b) Evaluation adjustment. (1) The Contracting Officer will evaluate offers by adding a factor 10%. ((Limited to firms in New England and West North Central Regions comprising the following states: CT, IA, KS, MA, ME, MN, MO, NE, NH, ND, RI, SD, VT) Offers are due no later than 4:00PM EDT, September 15, 2000. They must be submitted to the following address: Andr Reinhart, U.S. Environmental Protection Agency -Contracts Management Division, 4411 Montgomery Road, Suite 300 Norwood, OH 45212. Contact Andr Reinhart at reinhart.andre@epa.gov or (513)487-2119 for information regarding this solicitation. Posted 08/02/00 (W-SN481020). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0439 20000804\44-0001.SOL)

44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com