Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165

U.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