|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1999 PSA#2425Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 41 -- PORTABLE AIR EMISSIONS SYSTEM SOL N00244-99-T-B297 DUE 090899
POC Point of Contact is Gwen Young, Contract Specialist at
619-532-2890; FAX 619-532-2347; email gwen_young@sd.fisc.navy.mil WEB:
Click here to obtain the RFQ electronically.,
http://www.neco.navy.mil. E-MAIL: Click here to contact the Contract
Specialist via, gwen_young@sd.fisc.navy.mil. IMPORTANT NOTICE: DFARS
252.204-7004 "Required Central Contractor Registration" applies to all
solicitations issued on/after 6/1/98. Lack of registration in the CCR
database will make an offeror/quoter INELIGIBLE FOR AWARD. Please
ensure compliance with this regulation when submitting your quote. Call
1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for
more information. This announcement is published as a Total Small
Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you
must be a small business, quoting the product of a small-business
manufacturer); all eligible, responsible sources may submit an offer.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with FAR 13.5 and the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice.
Solicitation number/RFQ N00244-99-T-B297 applies; an electronic copy of
the RFQ can be obtained at htt://www.neco.navy.mil. This solicitation
document and incorporated provisions and clauses are those in effect
through all Federal Acquisition Circulars and Defense Federal
Acquisition Regulations Supplement 1998 Edition including updates
through today's date. The standard industrial code is 3564 and the
business size standard is 500 employees. The agency need is for a
portable, high-efficiency air emissions system capable of collecting
smoke, dust particles, and fumes from various industrial processes
including welding, sanding, grinding, and metal cutting. This
requirement is for a fixed priced contract for THREE (3) line items as
follows. CLIN 0001: Quantity 17 each -- Portable, high-efficiency air
emissions system capable of collecting smoke, dust particles, and
fumes from various industrial processes including welding, sanding,
grinding, and metal cutting. The unit must be maneuverable in and
around the generation points of the air emissions without interfering
with the operator/s and the processes being performed. Should be
equipped with a minimum 10-foot long pick up arm attached to an
adjustable (minimum) 180 swivel attachment. The unit must have the
following minimum requirements: a) Rugged/heavy-duty construction made
of 16-guage steel with corrosion preventive finish; b) 110VAC,
1-phase, 60 Hz industrial grade 1.5 HP direct drive, fan cooled blower
motor, or better; c) Contains at least two separate, self contained
in-line cartridge type filters with at least 370 sq. ft (each) primary
filter surface area, a clean-out dust draw including a spark trap, and
a 99.9% @ 0.3 micron HEPA filter. Filters must be easily accessible for
change out by operators; d) An automatically controlled pulse air
blown-down filter cleaning system using 90 psi compressed air (to be
supplied by Navy). Cleaning frequency to be controlled by a preset
electronic timer or by pressure drop across the filters; e) Nominal air
flow capacity of 900 cubic feet/min (CFM) with HEPA filter; f) Minimum
hood face velocity of 1,300 feet/minute (FPM) with HEPA filter; g)
Meet OSHA and Navy safety requirements including maximum operational
noise level of 75dB(A) @ 3ft. CLIN 0002: Quantity 34 each
self-contained in-line cartridge type filters with at least 370 sq. ft
(each) primary filter surface area. CLIN 0002: Quantity 34 each 99.9%
@ 0.3 micron HEPA filters. Contractor must offer, at a minimum, a
one-year warranty. Contractor must also provide training by a
factory-certified technician, two 4-hour classes; to be scheduled after
delivery of equipment and arranged at a mutually-agreeable time between
contractor and customer. All costs associated with this training are to
be included in your quote. All items are to be delivered to: Shore
Intermediate Maintenance Activity, 3755 Brinser Street, Bldg 7, San
Diego, CA 92136-5229 (32nd Street Naval Station). Inspection/Acceptance
shall be made at destination. The provision at FAR 52.212-1,
Instructions to Offerors-Commercial Items applies. Addendum --
Paragraph (b)(5): Offers shall provide an express warranty which at a
minimum shall be the same warranty terms, including offers of extended
warranties, offered to the general public. Express warranties shall be
included in the contract. Addendum provisions FAR 52.247-45, F.O.B.
Origin and/or F.O.B. Destination Evaluation. Clause 52.212-4, Contract
Terms and Conditions Commercial Items, applies as well as the
following addendum clauses: FAR 219-1, Small Business Program
Representations; FAR 52.219-6, Notice of Total Small Business
Set-Aside; FAR 52.211-5, Material Requirements; FAR 52.225-11,
Restrictions on Certain Foreign Purchases. The clause at FAR 52.212-5,
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders-Commercial Items applies with the following applicable
clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with
Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era; and FAR 52.232-33, Payment by
Electronic Funds Transfer Central Contractor Registration. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applies with the following clauses applicable for
paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of
Payment Program; and DFARS 252.225-7012, Preference for Certain
Domestic Commodities; The government intends to make a single award to
the responsible quoter whose quote, conforming to the solicitation,
will be most advantageous to the government considering price and
price-related factors. Factors include price, delivery, and technical
acceptability. To be determined technically acceptable, the offeror
must furnish product literature that demonstrates the products offered
meet all requirements stated in the above purchase descriptions for
CLINs 0001 through 0003. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE
A COPY OF THE FOLLOWING PROVISION WITH THEIR PROPOSALS: FAR 52.212-3
Alt I, Offeror Representation and Certifications-Commercial Items.
Note: IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition Regulations
(FAR) at http://www.arnet.gov/far; 2) Defense Federal Acquisition
Regulation Supplement (DFARS) at
http://www.acq.osd.mil/dp/dars/dfars.html; 3) Navy Electronic Commerce
On-line at http://www.neco.navy.mil; 4) Other federal/defense links
(e.g. Central Contractor Registration On-line, Commerce Business Daily
On-Line) can be accessed on the Internet at http://www.acq.osd.mil/dp
(scroll down to the bottom of the page for numerous links). Parties
responding to this solicitation may submit their quote in accordance
with their standard commercial practices (e.g. on company letterhead,
formal quote form, etc.) but must include the following information: 1)
Company's complete mailing and remittance addresses, discounts for
prompt payment, if any (e.g. 1% 10 days), anticipated
delivery/availability of product/s, the company's CAGE Code, Dun &
Bradstreet number (DUNS), Taxpayer ID number, and COMPLETED FAR
52.212-3 Alt I. Reference Solicitation number on all correspondence. In
addition, if you are quoting on a comparable commercial item, product
literature must be included. Quotes must be received no later than 5:00
PM, local time, 9/8/99, and will be accepted via fax (619-532-2347) or
via e-mail (gwen_young@sd.fisc.navy.mil) ONLY. DO NOT mail. See
Numbered Note(s) 1, 13. Posted 09/01/99 (W-SN375492). (0244) Loren Data Corp. http://www.ld.com (SYN# 0238 19990903\41-0001.SOL)
41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page
|
|