SOLICITATION NOTICE
36 -- Fuel Polishing System
- Notice Date
- 3/28/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6THCC4076A001
- Response Due
- 4/15/2014
- Archive Date
- 5/27/2014
- Point of Contact
- Matthew Richard, 509-247-7223
- E-Mail Address
-
141 ARW/MSC
(matthew.richard@us.af.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 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number F6THCC4076A001 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, 30 January 2014 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20140328. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 238990 with the dollar value not to exceed $14,000,000. Description of Requirement: CLIN 0001: Furnish and install automated fuel polishing system for six 12,000 gallon storage tanks. See below statement of work for all details. QTY 1 each **ALL NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** Delivery requirement: 30 days ARO, FOB Destination to JBLM, WA. Exact address will be provided upon award. Delivery will be to: MSgt Barry Arzberger 852 Lincoln BLVD (WADS) JBLM, WA 98438 Quote Information: Quotes must be submitted and received no later than Tuesday, 15 April 2014, at 1100 hours Pacific Time. Quotes may be e-mailed to the attention of P.O.C.s listed below. If requested, a site visit may be scheduled. Contact Information: MSgt Matthew R Richard, Contracting Officer Ph: (509) 247-7223, email: matthew.richard@us.af.mil Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone quotes will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. STATEMENT OF WORK Installation of fuel polishing system for WADS diesel storage tanks Joint Base Lewis-McChord, WA 27 March, 2014 Furnish and Install automated fuel polishing system or systems for six 12,000 gallon storage tanks. Fuel polisher/s will be skid mounted and permanently piped to tanks. Polishing system must be installed within the fuel storage containment area. Contractor needs to install according to State and Federal codes. Site survey may be needed. Installation can start 1 May 2014. After installation is complete we want the contractor to provide us with a fuel maintenance program tailored to our system and fuel storage. (2) FTI-10A: Automated stored diesel fuel maintenance system made by Fuel Technologies International would be preferred. But must meet or exceed the following specs: 1. Description A. Diesel fuel storage tank shall be equipped with a FM APPROVED, and NFPA EQUIPMENT COMPLIANT, automated fuel maintenance system to remove particulate through 1 micron and 99.5% water from stored diesel fuel. 2. Filtration Shall Consist Of: Stage 1: 100 Wire Mesh Strainer (149 Micron Element). Stage 2: 10 Micron Particulate Removal (Spin on Filter). Stage 3: 3 Micron Particulate Removal (Spin on Filter). Stage 4: Water Separation and Removal (Element type). Stage 5: 1 Micron Particulate Removal (Element type). (All filters shall be spin-on removable and / or replaceable element types) 3. Controller Specifications: A. Controller shall be a UL LISTED: 1) PLC Shall Monitor: a. Motor Contactor and Overload b. Five Stages Filtration c. Leak Detection d. Water Level Sensor e. System Pressure f. Strainer Vacuum g. Low Flow (Flow or no Flow) B) Lockable Disconnect Switch C) Signal Device (audible alarms) Slow Pulse, 80 to 95 dB 1. Controller is programmable to operate up to six (6) separate diesel fuel storage tanks. 2. Controller is programmable to time delay the following operations: A) Turning on the Fuel Circulation Pump (1-90 seconds). Required for Actuated Ball Valves. B) Closing of Solenoid Valves or Actuated Ball Valves (1-90 seconds) C) Alarm Trip Delay. (1-90 seconds) D) Low Flow Alarm Delay 1-6 minutes. (Default is 3 minutes) 3. Controller includes an audible alarm and visual description on the touch screen for each alarm condition. 4. Controller includes two dry contacts (one normally closed and one normally open) for remote general alarm status. 5. Controller box strip heater shall be a 50-watt, thermostat controlled, with UL component recognition (UR). 6. Controller is capable of operating up to (8) Solenoid valves or (8) Electric actuated ball valves. There are 4 relays, which operate 2 valves to each tank. One supply valve and one return valve per tank. (Actuated ball valves must have 2 internal-SPDT switches. The two switches will turn the motor off when it reaches the full open and the full closed position). 4. Enclosure 1. Complete assembly is housed in a 2-door cabinet with Zinc Primer for corrosion and then Powder Coat Finish (doors are removable). Manufactured to NEMA 3R standards and designed for rack or skid 2. Leak detection: Provided in cabinet. 5. Plumbing 1. The supply or suction line shall be installed at the sump, or low end of the Diesel Fuel storage tank, with a Foot Valve, 1 quote mark from the bottom. 2. The return line shall be installed to the opposite end of the storage tank. 3. Caution should be taken not to exceed the 15-ft. lift capability of the fuel circulation pump. 4. Should vertical suction lift exceed 15 ft., the circulation pump in cabinet will be removed. 5. The installer will provide & install a submersible pump. The pump voltage must match the control panel voltage. 6. Submersible pump will be wired to the control panel. 7. A flow control valve and a flow meter will be installed in the cabinet to adjust the flow to 20 GPM. (Low Flow will be monitored by the low set point on the pressure switch gauge) PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99, System for Award Management Registration FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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 technically acceptability quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilites FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC4076A001/listing.html)
- Place of Performance
- Address: 141 ARW/MSC Western Air Defense Sector JBLM WA
- Zip Code: 98430
- Zip Code: 98430
- Record
- SN03323186-W 20140330/140328234326-046305600c66473b5ee0aaad1a73aae4 (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 |