|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1997 PSA#1786Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box
1000, Montgomery, PA 17752 46 -- ROTARY BAR SCREEN SOL RFQ #133-0015 DUE 022897 POC Wayne D.
Daugherty, Regional Contract Specialist, (717) 547-1641, extension 547
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; quotations are being requested and
a written solicitation will not be issued. This is a Request for
Quotation (RFQ) and the RFQ number is 133-0015. This solicitation
document incorporates provisions and clauses effective through Federal
Acquisition Circular 90-45. The proposed contract is a 100%
small-business set-aside. The Standard Industrial Classification Code
is 3599. The small business size standard is 500 employees. A)
Schedule: Contract Line Item Number 001 is a Rotary Bar Screen.
Quantity is 1 Unit. B) Statement of Work: The following are the minimum
characteristics/requirements a rotary bar screen must possess in order
to be considered for contract award. The bar screen will need to
handle a maximum flow rate of 1.5 million gallons a day. The nominal
bar spacing for the clear openings between the fixed bars must be 1/4
inch. The cylindrical fine screen will be a rotary raked, cylindrical
bar screen with a 10-inch screw type conveyor. The cleaning action of
the rake will be automatic and determined by a preset high liquid
level. The screenings will be transported by a screen type conveyor to
a compression chamber which will remove the water from the screenings.
All parts of the screen basket must be cleaned in less that eight
seconds to minimize headloss. The screening equipment must emit
dewatered screenings that must pass the EPA Paint Filter Test as
described in method 9095 of EPA publication SW-486. The control system
must be a programmable type that controls the cleaning characteristics
of the screen and spray wash systems. All local control devices must be
explosion proof. Remote main control panel must be in a NEMA 4/7/9
enclosure. The entire cylindrical screen will be enclosed to reduce
odors and to prevent spray and leakage. A spray wash system must be
included that supplies a minimum of 20 gallons/per minute at a minimum
pressure of 60 psig. Spray bar needs a minimum of 7 spray nozzles. Bar
screen must fit a 36" wide, 66" deep, and 8 feet long concrete channel.
Bar screen must have a minimum of a 30" diameter screening basket. All
components of the rotary screen that comes into contact with screened
solids will be of stainless steel construction. Stainless steel type
AISI 304 will be used in all components. Motor size will be a minimum
of 2 horsepower, 208 volts, 3 phase, 60 Hertz, ball bearing, explosion
proof, totally enclosed fan-cooled motor. All structural stainless
steel material for the bar screen must be fabricated in the United
States and will conform to the requirements of the "Specifications for
the design, Fabrication and Erection of Structural Steel for
Buildings" published by the American Institute of Steel Construction.
Two sets of equipment drawings will be supplied to the Contracting
Officer for approval. Delivery must be made no later than 45 days after
contract award. Two sets of operation, installation and maintenance
manuals will be furnished 14 days prior to shipment of equipment. A one
year part's replacement warranty must be supplied. The warranty will
commence at time of delivery to USP, Lewisburg, Pennsylvania. USP,
Lewisburg staff will install the bar screen. Equipment supplier will
inspect installation prior to start-up of equipment. The place of
Delivery is the United States Penitentiary, RR #5 William Penn Road,
Lewisburg, PA 17837. The shipping point is F.O.B. USP Lewisburg. C)
Provisions/Clauses 52.212-1, "Instructions to Offerors-Commercial," is
hereby incorporated by reference. The following are addenda to FAR
provision 52.212-1: (1) At paragraph (c), "Period for acceptance of
offers," the amount of time a bidder must hold its prices firm is herby
changed. A bidder must hold the prices in its quote firm for 60
calendar days from the date specified for receipt of quotes. (2)
Paragraph (e), "Multiple Offers," has been determinedby the Contracting
Officer to be non-applicable to this solicitation and is hereby removed
in its entirety for the purpose of this requirement. (3) Evaluation
Factors for Award: Quoters are advised that quotes may be evaluated
without discussions. Award will be made to the responsible quoter who
is responsive to the items of the RFQ and is most advantageous to the
Government, considering only price and price related factors, if any as
specified in the solicitation. FAR Provision 52.212-3, "Offeror
Representations and Certifications -- Commercial Items," shall be
completed and submitted with the bid. FAR clause 52.212-4, "Contract
Terms and Conditions -- Commercial Items," hereby applies to this
acquisition. The following are addenda to FAR Clause 52.212-4: (1) The
following FAR clauses are hereby incorporated by reference: 52.215-18
Facsimile Proposals, 52.225-11 Restrictions on Certain Foreign
Purchases. FAR Clause 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders-Commercial items hereby
applies to this acquisition. In accordance with FAR clause 52.212-5,
the following clauses are hereby incorporated by reference: 52.222-26
Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled
and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped
Workers; 52.222-37 Employment reports on Special Disabled Veterans and
Veterans of the Vietnam Era; 52.225-3 Buy American Act. Quotations
shall be received at the Federal Prison Camp Allenwood, Regional
Contracting Office, PO Box 1000, Route 15, 5 Miles North of Allenwood,
Montgomery PA 17752 by 2:00 PM, February 28, 1997. The Regional
Contracting Office FAX # is (717) 547-6819. For additional information
please contact Wayne D. Daugherty at (717) 547-1641, extension 547.
(0045) Loren Data Corp. http://www.ld.com (SYN# 0237 19970220\46-0001.SOL)
46 - Water Purification and Sewage Treatment Equipment Index Page
|
|