Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOLICITATION NOTICE

J -- Waste-Oil Burner Rebuild for Corps of Engineers at Napoleon MO. Specs and bidding instructions follow below & can be obtained from cynthia.a.clark@usace.army.mil. You cannot bid online.

Notice Date
1/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0045
 
Response Due
2/10/2009
 
Archive Date
4/11/2009
 
Point of Contact
Cynthia Clark, (816) 389-3009<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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. The U.S. Army Corps of Engineers, Missouri River Area Office, Napoleon, Missouri, intends to issue a contract for WASTE OIL BURNER REBUILD as specified below. Any contract resulting will be firm-fixed price, with NAICS code 238220, size standard $14.0 million, and being 100% set aside for small business. Specifications and bidding instructions follow below in text form, but may also be obtained by contacting cynthia.a.clark@usace.army.mil. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7, Central Contract Registration 52.204-8, Online Representations and Certifications 52.212-1, Instructions to Offerors 52.212-3, Offeror Representations and Certification 52.212-4, Contract Terms and Conditions 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.232-18, Availability of Funds 52.232-33, Payment by EFT, CCR Registration 52.236-4035, US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.246-4, Inspection of Services 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions 252.232-7003 Electronic Invoicing TO QUOTE: At a minimum, responsible sources shall provide the following: - A written price proposal - Bidder name, address, and phone # - Federal tax ID # - Duns # Responses to this solicitation are due by 2:00 pm CST on Tuesday, February 10th, 2009 at the Stockton Lake Project Office, 16435 East Stockton Lake Drive, Stockton MO 65785. Quotes may be submitted in person, via delivery service or U.S. Mail, via facsimile to 816-389-3510 or 417-276-3510, or via email to cynthia.a.clark@usace.army.mil. YOU MAY NOT SUBMIT YOUR BID ONLINE - you must send it via hand delivery, mail, email, or fax to the Stockton Lake Office. QUESTIONS: Please direct any questions about bidding process to cynthia.a.clark@usace.army.mil. Questions of a technical nature may be referred to the Napoleon office, where the oil burner is physically located. SPECIFICATIONS for OMNI OWB-35 Waste-Oil Burner Rebuild: General Information: Potential bidders may inspect the boiler unit at the Missouri River Area Office located at 790 East 224 Highway, Napoleon, Missouri 64074, Monday through Friday between the hours of 8:00 a.m. and 3:30 p.m. Information from the manufacturer of the boiler unit can be found at http://www.econoheat.com/bmodels.html. Item One: Burner Repair Provide labor and materials to rebuild the waste-oil burner and calibrate to its proper operation. Once the unit has been rebuilt, Contractor will test-fire and adjusted the waste-oil burner to manufacturers specifications. Item Two: Boiler Combustion Chamber Cleaning Provide labor and materials to clean the ash and carbon deposits in the combustion chamber and flue assembly. Item Three:Labor and Materials for Oil Transfer and Storage Automation Currently the facility has a large outside tank on the exterior of the building. The new system shall include but not limited to a day tank for local fuel delivery and an air-operated pneumatic pump to deliver the waste oil from the main exterior storage tank to the local day tank to consistently provide automated fuel delivery for the burners consumption. The system shall be fully automated and not require manual operation. This automated system will integrate new components into the existing pressurized airline, located in the boiler room, and the pre-existing waste-oil fuel line. The resulting system will pressurize the fuel line via the pneumatic pump and provide for the constant refilling of the day tank. This system also includes the lines and valving between the existing storage tank and pneumatic pump, between the pneumatic pump and day tank and between the day tank and the oil burner supply pump and heater. The system shall also allow for the replacement of the components independently. The system shall comply with NFPA 30 and 30A where applicable. All pumping equipment used for the transfer of waste oil shall be listed by a nationally recognized testing laboratory or approved by, and labeled or tagged in accordance with, the Federal agency having jurisdiction. The Contractor shall supply an operations and maintenance manual for the individual parts and the system as a whole. Item Four:Boiler Door Repair Provide labor and materials to remove the boiler door and take out the old burned out insulation and refractory in the door for replacement. The new burner door insulation and refractory will be installed on the door and reassemble and reinstalled on the boiler to close up the combustion chamber. Item Five: Flue Re-Installation Provide labor and materials to re-install different flue components to comply with the proper operation of the boiler. These flue components shall include but are not limited to new flue from the boiler to the roof to include flue cap, new draft inducer fan, new barometric damper and the associated wiring and controls. Contractor is to remove old flue system and return it to the Government. Item Six:Consultation, Optimization and Warranty Once all repairs have been made and the unit is operational, the Contractor will contact and consult with Cody Sales in Independence, Missouri, who designed the boiler water loop, to optimize the function of the system. The Contractor will work with Cody Sales and Engineering to troubleshoot the system and remedy any operational deficiencies. The Contractor shall ensure that the entire waste-oil boiler system is operating in accordance with OMNI Corporations parameters for that system and that it is operating as a whole, independent and safe system to heat the building. The following warranty clauses are in effect for this contract. 52.246-17 -- Warranty of Supplies of a Noncomplex Nature. Warranty of Supplies of a Noncomplex Nature (June 2003) (a) Definitions. As used in this clause-- 'Acceptance' means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing supplies, or approves specific services as partial or complete performance of the contract. 'Supplies' means the end items furnished by the Contractor and related services required under the contract. The word does not include data. (b) Contractors obligations. (1) Notwithstanding inspection and acceptance by the Government of supplies furnished under this contract, or any condition of this contract concerning the conclusiveness thereof, the Contractor warrants that for 1 year. (i) All supplies furnished under this contract will be free from defects in material or workmanship and will conform with all requirements of this contract; and (ii) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this contract. (2) When return, correction, or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the Contractor. However, the Contractors liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this contract and the Contractors plant, and return. (3) Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph (b)(1) of this clause and shall run from the date of delivery of the corrected or replaced supplies. (4) All implied warranties of merchantability and fitness for a particular purpose are excluded from any obligation contained in this contract. (c) Remedies available to the Government. (1) The Contracting Officer shall give written notice to the Contractor of any breach of warranties in paragraph (b)(1) of this clause 45 days of the last delivery under this contract. (2) Within a reasonable time after the notice, the Contracting Officer may either -- (i) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof (including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph (b)(1) of this clause; or (ii) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. (3) (i) If the contract provides for inspection of supplies by sampling procedures, conformance of supplies or components subject to warranty action shall be determined by the applicable sampling procedures in the contract. The Contracting Officer -- (A) May, for sampling purposes, group any supplies delivered under this contract; (B) Shall require the size of the sample to be that required by sampling procedures specified in the contract for the quantity of supplies on which warranty action is proposed; (C) May project warranty sampling results over supplies in the same shipment or other supplies contained in other shipments even though all of such supplies are not present at the point of reinspection; provided, that the supplies remaining are reasonably representative of the quantity on which warranty action is proposed; and (D) Need not use the same lot size as on original inspection or reconstitute the original inspection lots. (ii) Within a reasonable time after notice of any breach of the warranties specified in paragraph (b)(1) of this clause, the Contracting Officer may exercise one or more of the following options: (A) Require an equitable adjustment in the contract price for any group of supplies. (B) Screen the supplies grouped for warranty action under this clause at the Contractors expense and return all nonconforming supplies to the Contractor for correction or replacement. (C) Require the Contractor to screen the supplies at locations designated by the Government within the contiguous United States and to correct or replace all nonconforming supplies. (D) Return the supplies grouped for warranty action under this clause to the Contractor (irrespective of the f.o.b. point or the point of acceptance) for screening and correction or replacement. (4) (i) The Contracting Officer may, by contract or otherwise, correct or replace the nonconforming supplies with similar supplies from another source and charge to the Contractor the cost occasioned to the Government thereby if the Contractor -- (A) Fails to make redelivery of the corrected or replaced supplies within the time established for their return; or (B) Fails either to accept return of the nonconforming supplies or fails to make progress after their return to correct or replace them so as to endanger performance of the delivery schedule, and in either of these circumstances does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure. (ii) Instead of correction or replacement by the Government, the Contracting Officer may require an equitable adjustment of the contract price. In addition, if the Contractor fails to furnish timely disposition instructions, the Contracting Officer may dispose of the nonconforming supplies for the Contractors account in a reasonable manner. The Government is entitled to reimbursement from the Contractor, or from the proceeds of such disposal, for the reasonable expenses of the care and disposition of the nonconforming supplies, as well as for excess costs incurred or to be incurred. (5) The rights and remedies of the Government provided in this clause are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. (End of Clause) 52.246-20 -- Warranty of Services. Warranty of Services (May 2001) (a) Definitions. 'Acceptance,' as used in this clause, means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract. (b) Notwithstanding inspection and acceptance by the Government or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed under this contract will, at the time of acceptance, be free from defects in workmanship and conform to the requirements of this contract. The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor within 30 days from the date of acceptance by the Government. That the Contractor shall correct or reperform any defective or nonconforming services (c) If the Contractor is required to correct or reperform, it shall be at no cost to the Government, and any services corrected or reperformed by the Contractor shall be subject to this clause to the same extent as work initially performed. If the Contractor fails or refuses to correct or reperform, the Contracting Officer may, by contract or otherwise, correct or replace with similar services and charge to the Contractor the cost occasioned to the Government thereby, or make an equitable adjustment in the contract price. (d) If the Government does not require correction or reperformance, the Contracting Officer shall make an equitable adjustment in the contract price. (End of Clause) END OF SPECIFICATIONS NOTE: prevailing wage rates apply to this procurement and may also be obtained from cynthia.a.clark@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e5e2bd77ad881b1f49548b4598a65bc2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, MO River Area Office 790 E 224 Hwy Napoleon MO<br />
Zip Code: 64074-7001<br />
 
Record
SN01739731-W 20090130/090128215445-e5e2bd77ad881b1f49548b4598a65bc2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.