|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#228615th 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
|
|