|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165U.S. Department of the Interior, Bureau of Reclamation, Upper Columbia
Area Office, P.O. Box 1749, Yakima, WA 98907-1749 43 -- NON-CLOG SUBMERSIBLE SEWAGE PUMP SOL 1425-98-SQ-1U-00024 DUE
090898 POC Becky Neuman 509-575-5848 x241 E-MAIL: Click here to contact
C.O. via e-mail, bneuman@pn.usbr.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format 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 No. 1425-98-SQ-1U-00024
is issued as a Request for Quotes (RFQ) and incorporates provisions and
clauses in effect through Federal Acquisition Circular 97-05. This
acquisition is a small business set-aside. The size standard is 500
employees and the standard industrial classification code is 3561. The
Yakima Field Office, has a fixed price requirement for furnishing and
delivery of the following items: CLIN 0001 -- Quantity of 2 EA. --
Hydromatic Non-Clog Submersible Sewage Pump, Model #3S8L2500M3. Design
capacity: 2000 GPM -- Design Head: 36FR TDH -- Size: 25HP -- Pump
Speed: 870 RPM Maximum -- Power: 3/60/460 -- Cord Length: 50 ft --
Minimum Pumping Level: 24" -- Discharge: 8" 12# ASA Flat Faced Flange
Horizontal. With "Controller" as follows; Type: Pump Panel Nema 3R,
Outdoor -- Nema Designation: Size 3 NEMA Contactor -- Control Circuit:
120 VAC -- Size: 25HP 3/60/460 -- Overloads: Current Sensing Class 10,
Thermal Overloads are not acceptable -- Disconnect: Circuit Breaker.
Accessories as listed below; A. Red "Run" and Green "Stop" Pilot Lights
-- B. Amber "Seal Fail" Pilot Light with Seal Fail Sensor -- C.
Hand-Off-Auto Control Circuit -- D. External Manual Overload Reset.
Place of delivery will be Bureau of Reclamation, Yakima Field Office,
1917 March Road, Yakima, WA 98901-2058. Required delivery will be
September 25, 1998. The following FAR provisions and clauses apply to
this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items
(AUG 98), 52.212-2 Evaluation -- Commercial Items (OCT 97), 52.212-3
Offeror Representations and Certifications -- Commercial Items (JAN
97), 52.212-4 Contract Terms and Conditions -- Commercial Items (APR
98), 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items (JUN 98), Clause
52.215-5, paragraph (b) is tailored to incorporate the following
clauses by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.225-9, 52.225-18, and 52.225-21. The Government intends to
make a single award to the responsible bidder whose bid is most
advantageous to the Government. Evaluation will include price,
price-related factors, past performance and verification that the offer
meets the technical specification. Bidders are to include a completed
copy at the provision at 52.212-3, Offeror Representations and
Certifications -- Commercial Items (JAN 97), with the RFQ. Offerors may
request a copy of this clause to be faxed to them. The closing time and
date for receipt of proposals is 12 noon, September 8, 1998, local
time. Offers are to be mailed to the following address; Bureau of
Reclamation, Attn. Becky Neuman, Bid Depository, 1425-97-SQ-1U-00024,
P.O. Box 1749, Yakima, WA 98907-1749. All sources responding to this
synopsis/solicitation shall do so in writing. Telephone responses will
not be accepted. All sources responding to this synopsis shall submit
information relating to business status, including identification as
to whether small, large, minority-owned and or women-owned. All
responsible sources may submit a bid, which will be considered by this
agency.***** Posted 08/20/98 (W-SN239870). (0232) Loren Data Corp. http://www.ld.com (SYN# 0288 19980824\43-0004.SOL)
43 - Pumps and Compressors Index Page
|
|