Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2000 PSA #2684
SOLICITATIONS

46 -- SRECO TRAILER MOUNTED HIGH VELOCITY FLUSHING MACHINE

Notice Date
September 11, 2000
Contracting Office
Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609
ZIP Code
92051-1609
Solicitation Number
M00681-00-T-55601
Response Due
September 18, 2000
Point of Contact
Gloria Muchemore, Contract Specialist 760-725-1937
Description
DESC; 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 M00681-00-T-55601. This solicitation document incorporates provisions and clauses in effect through FAC 97-18 and DAC 91-23. This is a 100% small business set aside under simplified acquisition procedures; the standard industrial code is 3589- and the small business size standard is 500 employees. The procurement consists of the following items which are not to be substituted. Manufacturer of the following part numbers is Sreco Flexible: 1) 1 each trailer mounted high velocity flushing machine P/N hv2060TR/L. 2) 1 each flexible integral jet cam system to include jet cam assembly w/6" and 8" skids P/N JERV-500C. 3) 1 each 600 foot sewer hose ". 4) 1 each 75ft fill hose with cast brass fire hose ends. 5) 1 each and reel crank for fire hose and mounting of reel crank. 6. 1 each footage meter on level wind P/N FML. 7) 1 each control panel light P/N CPL. 8) 1 each flood light P/N FL. 9) 1 each spotlight w/ retractable reel P/N SRR. 10) 1 each hour meter (engine or pump) P/N HM. 11) 1 each rotating beacon non sealed beam P/N RB. 12) 1 each rotating beacon mounted on pole 2' higher than machine. 13) 1 each hydraulic surge brakes P/N HSB. 14) 1 each standard equipment for trailer flushers. 15) Item 14 to be painted in safety yellow. 16) 1 each 1" master kit includes basic kit plus 6" through 12" skid assemblies, 4" through 12" concave root saws P/N GFR-D. 17) 1 each teardrop aluminum steel nozzles, 11 degree with forward orifices P/N TD-1A . 18) 1 each un-stopper stainless steel penetrator nozzles, front four jets point forward (one straight and three at 60 degrees), three other jets in tip at 90 degrees three other jets in tip at 45 degrees P/N UNS-1. 19) 1 each aluminum vortex sand and grease nozzles, eight rear-four at 35 degree and four at 35 degrees P/N VN-2A. 20) lateral cleaning kit with 200' " hose P/N LCK-1. 21) 1 each maglights for jet cam system P/N ML-JC. 22) 1 each jet cam rollers per skid JCR-6". 23) 1 each jet cam rollers per skid JCR-8". 24) 1 each 25) Sreco rodding machine base unit P/N 375-TR. 26) 1 each pintail hitch. 27) 1 each foot extended tongue. 28) 1 each tool box. 29) 1 each hydraulic surge brakes. 30) 1 each hydraulic leveling legs. 31) 1 each hydraulic drive roller hold down. 32) 1 each continuous rod wiper tool. 33) 1 each hour meter. 34) 1 each rod guide hose light weight 20'. 35) 1 each rod guide hose light weight 10'. 36) 1 each hose rod stand P/N RS-1. 37) 1 each light weight rod guide brace P/ LMB-2. 38) 1 each key ignition switch. 39) 1 each rotating beacon. 40) 1 each flood lights on operating end. 41) 1 each light over oil gauge. 42) 1 each footage meter outside standard. 43) 1 each rod drive viewing window plexiglass. 44) 1 each rod bending kit. The Government will 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/DEFAR 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 and Vietnam Era Veterans, FAR 5.222-36 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 252-204-7004 Required Central Contractor Registration, DFAR 252.225-7008 Supplies to be Accorded Duty Free Entry, 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 252-247-7024 Notification of Transportation of Supplies by Sea. 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 4 PM (PST) on 18 September 2000 and may be sent by mail or fax. Offers sent via US Postal Service should be mailed to the Contracting Office, PO BOX 1609, Oceanside, CA 92051-1609; offers sent by FEDX 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 on 20 September 2000. and delivery is requested for all items and all quantities on or before 15 October 2000.
Record
Loren Data Corp. 20000913/46SOL003.HTM (W-255 SN495050)

46 - Water Purification and Sewage Treatment Equipment Index  |  Issue Index |
Created on September 11, 2000 by Loren Data Corp. -- info@ld.com