|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1997 PSA#1819Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box
1000, Montgomery, PA 17752 46 -- WATER FILTRATION SYSTEM SOL RFQ 441-088 DUE 042897 POC Tom
Dufort, Regional Contract Specialist, 717-547-1641, extension 548 This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation 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) issued under number 441-088. This
solicitation document and the incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 90-46. The
proposed contract is a 100% small-business set-aside. The Standard
Industrial Classification Code is 5074. The small business size
standard is no more than 100 employees. SCHEDULE: LINE ITEM NUMBER 1:
Water Filtration System QUANTITY: 4 each STATEMENT OF
WORK/SPECIFICATIONS: The contractor will deliver to the Federal
Correctional Institution (FCI) located in Fort Dix, New Jersey, four
(4) water filtration systems, to include one (1) set of installation,
operation and maintenance manuals, for each unit in accordance with the
following specifications: GENERAL: Automatic Water Filtration System
will remove all color and sediment to a maximum size of 40 microns.
TANK CONSTRUCTION: Welded steel designed for 125psi per ASME Code with
polyethylene lining and resin epoxy exterior. TANK SIZE: Approximately
30cu.ft. and no larger than 48" diameter; maximum height 90". CONTROL
VALVE: 2" brass multiport. FILTERING MEDIA: Sand, gravel, and centaur
carbon or equivalent (media used for color, taste, smell, and sediment
removal). SERVICE RATE: 70 gallons per minute minimum, 90 gallons per
minute maximum (approximate). AUXILIARY EQUIPMENT: Automatic control
(time clock initiation), sample port, pressure gages and all equipment
pre-piped and wired. Include one (1) installation and operation manual
for each unit. BACKWASH RATE: Minimum of 75 gallons per minute
(approximate). DELIVERY: Delivery must be made within thirty (30)
calendar days from contract award. Delivery and acceptance will be
F.O.B. Destination at the Federal Correctional Institution, Central
Warehouse, Building 5755, Hartford Road, Fort Dix, New Jersey.
WARRANTY: In addition to implied warranties as provided for elsewhere
in this solicitation, the quoter shall also provide to the Government
at least the same warranty terms, including offers of extended
warranties, offered to the general public in customary commercial
practice. The warranty period will begin upon delivery to the place
hereinbefore designated. PROVISIONS/CLAUSES: FAR provision 52.212-1,
Instructions to Offerors -- Commercial, is hereby incorporated by
reference. The following are addenda to FAR provision 52.212-1: (1)
Paragraph (e), Multiple Offers, has been determined to be inapplicable
for the purpose of this requirement and is hereby removed in its
entirety. (2) Evaluation Factors For Award: Quoters are hereby notified
that the Government may make an award without prior discussions. The
Government will award a contract resulting from this solicitation to
the responsible quoter whose quote conforming to the solicitation will
be most advantageous to the Government, based on price only. (3) The
following FAR provisions are hereby incorporated by reference:
52.204-6, Contractor Identification Number -- Data Universal Numbering
System (DUNS) Number; 52.215-11, Authorized Negotiators; 52.215-18,
Facsimile Proposals; and, 52.219-6, Notice of Total Small Business
Set-Aside. FAR provision 52.212-3, Offeror Representations and
Certifications -- Commercial Items, shall be completed and submitted
with the quote. FAR clause 52.212-4, Contract Terms and Conditions --
Commercial Items, is hereby incorporated by reference. The following
are addenda to FAR clause 52.212-4: The following FAR clauses are
hereby incorporated by reference: 52.225-11, Restrictions on Certain
Foreign Purchases; and, 52.247-34, F.O.B. Destination. FAR clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items, is applicable to this
acquisition and hereby incorporates the following FAR clauses by
reference: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29
U.S.C. 793); and, 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 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 EST, on April 28, 1997. The Regional
Contracting Office facsimile number is (717) 547-6819. For additional
information please contact Thomas G. Dufort at (717) 547-1641,
extension 548. (0094) Loren Data Corp. http://www.ld.com (SYN# 0241 19970408\46-0001.SOL)
46 - Water Purification and Sewage Treatment Equipment Index Page
|
|