Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

15th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI 96853-5230

99 -- FURNISH AND INSTALL INCINERATORS SOL F6460599Q0146 DUE 021999 POC Alison Miki, (808) 449-6860 X 608 or SSgt Brian Corrigan, (808) 449-6860 X 603 WEB: Click here to download a copy of the Representations, http://www.hickam.af.mil/Public/Cons/index2/lgcxbo/q0146/q0146.htm/. E-MAIL: Click here to contact the contract specialist., Alison.Miki@hickam.af.mil or Brian.Corrigan@hickam.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 NUMBER: F6460599Q0146. This solicitation is being issued as a request for quotations (RFQ). The solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. Standard Industrial Classification code: 3567. Small business size standard: 500 employees. Quotes are solicited from small business sources only. This RFQ contains three (3) contract line item numbers (CLINs): CLIN 0001 Purchase of National Incinerator Inc. Model LI750 Industrial Incinerator with temperature controlled 8 foot retention chamber or equal, quantity of two (2) each; CLIN 0002 Purchase of National Incinerator Inc. Optional Automatic Ram Feed Loading System or equal, quantity of one (1) each; and CLIN 0003 Installation of both incinerators and ram feed loading system, at Building B-83366 and B-1097 (Bishop Point), Hickam AFB, HI. If proposing an or equal item, the vendor must provide incinerator specifications. Items proposed must be capable of silver reclamation and destroying paper and plastic products while maintaining all State of Hawaii and federal environmental rules, laws and regulations. Any exposed metal or steel parts shall be coated or galvanized to prevent rusting due to environmental conditions associated with Hawaii. The vendor shall perform all necessary equipment test to ensure incinerators are operational readiness. The vendor shall demonstrate usage, provide initial operating and instruction training to designated individuals. Standard commercial warranty of one (1) year required on workmanship and refractory and applicable 90 day suppliers warranty on all electrical devices. The vendor shall include cost of FOB delivery and transportation from factory to performance work site at Bishop Point and is responsible for all necessary installation requirements with the exception of the following government-furnished items: 1) A 10' x 10' x 6" concrete slab for placement of unit without loader; 2) a 12' x 20', with perimeter beam 12" centers, concrete slab for placement of unit with ram feed loader; 3) motor crane with boom height of 45' and load limit of 10,000 pounds; 4) welding machine; 5) inline gas regulator; 6) 7" to 11" of WC pressure; and 7) all utility hookups for each unit at the site. Period of Performance: The vendor shall submit a timeline detailing the number of days to complete manufacture, delivery, and installation, and operational usage date with any proposal. A firm fixed price purchase order is contemplated for any resultant award. The vendor shall supply a copy of the incinerator's EPA test approval reports and ensure the incinerator meets or exceeds Federal and State of Hawaii environmental compliance and clean air program requirements. Multiple proposals are invited. PROVISIONS AND CLAUSES: The provision at 52.212-1, Instruction to Offerors-Commercial Items, applies without addenda. The provision at 52.212-3, Offeror Representations and Certifications Commercial Items, applies without addenda. The provision at DFARS 52.212-7000, Offeror Representations and Certifications Commercial Items, applies without addenda. Completed copies of 52.212-3 and 52.212-7000, must be provided with the quotation. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies without addenda. The clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies and incorporate the following additional clauses: 52.222-26; 52.222-35; 52.222-36; and 52.222-37. The DFARS clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies without incorporation and supplemental DFARS clauses. The full text of clauses and provisions incorporated by reference may be obtained at the following address: http://farsite.hill.af.mil. Wage Determination No. 94-2153 Revision #14 dated 7/8/98 will be applicable to any resulting order. QUOTATIONS: Quoters must provide sufficient literature to describe quoted items. Quotes must include prices for CLINS 0001 through 0003. BASIS OF AWARD: A firm fixed price purchase order will be issued based upon the quote determined to provide the best value, considering technical characteristics, price and past performance. DUE DATE: Quotes are to be submitted to 15 CONS/LGCX, 90 G Street, Hickam AFB, HI 96853-5230, no later than close of business, 19 February 1999. Questions concerning this RFQ should be addressed to ALISON MIKI, by fax @ (808) 449-7026. Posted 02/11/99 (W-SN297801). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0457 19990219\99-0006.SOL)


99 - Miscellaneous Index Page