|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157Contracting Office, Tooele Army Depot, P.O. Box 839, Building 9,
Tooele, Utah 84074-5020 44 -- HIGH TEMPERATURE CAST CERAMIC BAGHOUSE FILTRATION SYSTEM SOL
DAAC89-98-R-0008 DUE 082798 POC Paula K. Kramer (435) 833-3146 WEB:
None, None. E-MAIL: None, None. 17(i). 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. The announcement constitutes the
only solicitation: proposals are being requested and a written
solicitation will not be issued!! 17(ii). The solicitation number
DAAC89-98-R-0008 is issued as an Request For Proposal (RFP)!! 17(iii).
This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-04!! 17(iv).
This procurement is set-aside for small business concerns under the
Standard Industrial Classification code 3567 Industrial Process
Furnaces and Ovens. The small business size standard is 500 employees!!
17(v). This procurement is for a requirement contract with options. Any
supplies to be furnished under this contract shall be ordered by
issuance of delivery orders There are six (6) Contract Line Item
Numbers (CLINs). CLIN 0001, High TemperatureCast Ceramic Baghouse
Filtration System. Minimum quantity of one (1) each and a maximum
quantity of five (5) each. CLIN 0002, Assembly Drawings (1 copy for
each system), As-built Drawings and Bill of Materials (10 sets for each
system), and Operation and Maintenance Manuals (6 copies for each
system). Minimum quantity of one (1) each and maximum quantity of five
(5) each, Not Separately Priced. CLIN 0003, Option Year One, High
Temperature Cast Ceramic Baghouse Filtration System. Total estimated
quantity for option year period is five (5) each. CLIN 0004, Option
Year One, Assembly Drawings (1 copy for each system), As-built Drawings
and Bill of Materials (10 sets for each system), and Operation and
Maintenance Manuals (6 copies for each system). Total estimated
quantity for option year period is five (5) each, Not Separately
Priced. CLIN 0005, Option Year Two, High Temperature Cast Ceramic
Baghouse Filtration System. Total estimated quantity for option year
period is five (5) each. CLIN 0006, Option Year Two,Assembly Drawings
(1 copy for each system), As-built Drawings and Bill of Materials (10
sets for each system), and Operation and Maintenance Manuals (6 copies
for each system). Total estimated quantity for option year period is
five (5) each, Not Separately Priced!! 17(vi). Description: Provide all
labor, material, and equipment required to fabricate High Temperature
Cast Ceramic Baghouse Filtration System, for use with Ammunition
Peculiar Equipment (APE) 1236 Deactivation Furnace System. System shall
be in accordance with Tooele Army Depot, Ammunition Equipment Division
(AED) Performance Specification 01-98 dated April 1998, and Armament,
AED Specification for Cleaning, Painting, and Finishing Ammunition
Peculiar Equipment AED Spec No. 12-78 dated January 22, 1991, and
Munitions & Chemical Command Furnace Site Plan View, Drawing No.
1236M1-01 (2 sheets)!! 17(vii). Delivery is required to be made within
120 calendar days after the effective date of each individual delivery
order; Place of delivery, inspection, and final acceptance is Tooele
Army Depot, Building 519, Pilot Model Ship, Tooele, Utah 84074. FOB
Destination!! 17(viii). Solicitation provision at FAR 52.212-1,
Instructions to Offerors -- Commercial Items (Jun 97) is hereby
incorporated by reference!! 17(ix). The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming the solicitation will be most advantageous
representing the best value to the Government price and other factors
considered. The following factors shall be used to evaluate offers:
Evaluation will be based on (1) Past Performance (see below). (2)
Delivery Terms- ability to meet required delivery schedule and (3)
Price. Factors are listed in their relative order of importance. Past
performance will be evaluated as follows: Evaluation of past
performance shall be based on information provided by the offerors (see
below) and any other information the Government may obtain by following
up on the information provided by the offerors and/or through other
sources (i.e. offerors performance on previously awarded contracts
and/or contracts with other Government entitites). The offerors must
identify two Federal, State, or local government and private contracts
for which the offeror has supplied similar products identified in this
solicitation. References should include the most recent contracts
completed within the last five years. The offeror shall provide a point
of contact, current telephone numbers and fax number for each contract.
this list is due by the date established for receipt of offers!!
(17(x). Offerors are reminded to include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and Certification --
Commercial Items (Jan 97), with its offer!! 17(xi). FAR clause
52.212-4, Contract Terms and Conditions -- Commercial Items (Aug 96),
is hereby incorporated by reference. 17(xii). FAR clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (Aug 96) and the following FAR
clauses cited in the clause are applicable to this solicitation and any
resultant contract: (b)(1)52.203-6, Restrictions on subcontractor Sales
to the Government, with Alternate I; (2) 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity (41 USC 423), (3)
52.222-26, Equal Opportunity (E.O. 11246); (4) 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); (5)
52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); (6)
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 USC 4212) (7) 52.232-33, Mandatory Information
for Electronic Funds Transfer Payment (Aug 96)!! 17(xiii). Additional
contract terms and conditions applicable to this procurement are: (i)
DFARS clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (Feb 97) is hereby incorporated by
reference. The following paragraphs apply to this solicitation and any
resultant contract (b) 252.225-7001, Buy American Act and Balance of
Payment Program (41 USC 10.EO.10582); 252.225-7007, Trade Agreements
(10 USC 2501-2582); 252.225-7012, Preference for Certain Domestic
Commodities; 252.227-7015, Technical Data -- Commercial Items (10 USC
2320). The clauses are incorporated by reference with the same force
and effect as if they were given in full text. Clauses can be accessed
in full text at the Army Acquisition Internet address:
http://www.acqnet.sarda.army.mil//!! (ii) Type of Contract: This is a
firm fixed price requirement contract for supplies!! 17(xiv). The
Defense Priorities and Allocations System (DPAS) assigned rating for
this procurement is C9e!! 17(xv). N/A!! 17(xvi). Signed and dated
offers, one original, must be submitted to Tooele Army Depot,
Contracting Office, P.O. Box 839, Building S-9, Tooele, Utah
84074-0839, ATTN: Paula K. Kramer, Contracting Officer at or before
4:30 p.m., August 28, 1998!! 17(xv). All requests for copies of
specifications and drawings or additional information regarding this
solicitation are to be directed to Paula K. Kramer, Contracting Officer
-- (435) 833-3146. Technical and/or administrative questions must be
received no later than August 17, 1998 and may be tele-faxed to (435)
833-3468, or mailed to the address for submission of bids shown above.
Or, you can E-Mail your questions to kramerp@tooele-emh2.army.mil.
Posted 08/10/98 (W-SN235069). (0222) Loren Data Corp. http://www.ld.com (SYN# 0350 19980812\44-0001.SOL)
44 - Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Index Page
|
|