Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
MODIFICATION

78 -- SWIMMING POOL SALT CHLORINE GENERATOR

Notice Date
8/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-11-Q-PPF528
 
Archive Date
9/13/2011
 
Point of Contact
Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
 
E-Mail Address
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. HSCG27-11-Q-PPF528 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 423910 and the small business size standard is 100 employees. The FOB Destination delivery is to: USCG BSU Portsmouth, 4000 Coast Guard Blvd, Portsmouth, VA 23702-2199 between August 30, 2011 & September 30, 2011. Offers are due at USCG BSU Portsmouth, VA, by the Close of Business on August 29, 2011. Questions may be directed to Angel Pol, telephone (757) 483-8541 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: Wayne Barnes @ (757) 483-8794 The USCG BSU Portsmouth has a requirement to purchase a Salt Chlorine Generator system. The swimming pool located at USCG BSU Portsmouth currently sanitizes the water with liquid chlorine, this scope of work details the installation of a Chlorined Generator that uses salt water in the process of sanitizing the water. Vendor is to provide materials and labor to install a commercial Salt Chlorine Generator at the MWR swimming pool at USCG BSU Portsmouth. Product is to be Autopilot PRO4 Controller and Cell Manifold system or equivalent. Start up salt is to be included in the installation. The unit is to be capable of sanitizing a pool of approximately 160,000 gallons, maximum water temperature of 85 degrees (F), bather load of 125, available power of 20 amps at 230 VAC, daily run time of 12 hours, and installed in an existing return line sized at 6" diameter, schedule 80 PVC. Contractor is to mount the chlorinator cells/ manifold on the existing block wall above the return line. The control panel is to be mounted on the Coast Guard installed control board. This board will have a Coast Guard furnished controller that will energize the main circulation pump motor and the chlorinator control panel. This board will be installed approximately 8 feet from the chlorinator cell location. Contractor is responsible for adding salt to the pool to bring the salt level up to the range specified by the chlorine generator system. Operation training will be given by the installation contractor to 6 members of the Coast Guard on the following: 1. Basic operation of the system (run times, settings, etc...) 2. Basic troubleshooting of the system. 3. Service and cleaning of the cells. 4. Maintenance of salt level and adding of salt. 5. Recommendations on the addition of any other chemicals (stabilizer, soda ash, etc...) 6. Operation literature will be provided on the components of the system. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (May 2011), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of business license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212); 52.222-50 Combating Trafficking in Persons (Feb 2009);52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-11-Q-PPF528/listing.html)
 
Place of Performance
Address: USCG BSU PORTSMOUTH, 4000 COAST GUARD BLVD, PORTSMOUTH, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN02538381-W 20110819/110817235845-03d1daee4f316aeb2a14e1340fbe46d4 (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.