|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518Department of the Air Force, Air Education and Training Command, Altus
AFB Contracting Squadron, 205 S 6th St, Bldg 318, Altus AFB, OK,
73523-5147 41 -- REPLACE EVAPORATIVE COOLING TOWERS SOL F34612-00-QV022 DUE
012700 POC Jose Torres, Contract Specialist, Phone 580-481-7321, Fax
580-481-5138, Email Jose.Torres@altus.af.mil -- Mary Putnam, Chief, CE
Services flight(B FLT), Contracting Officer, Phone 580-481-7545, Fax
580-481-5138, Email Mary.Putnam@altus.af.mil WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F34612-00-QV0
22&LocID=513. E-MAIL: Jose Torres, Jose.Torres@altus.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. A quote is being requested and a
written solicitation will not be issued. Solicitation number
F34612-00-QV022 is hereby issued as a Request for Quote. The
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-14. This acquisition is unrestricted and is
under Standard Industrial Classification code 1711, with a small
business size standard of $7,000,000. 1. Contractor shall provide all
material, labor, travel, supervision, administration and incidentals to
remove existing cooling towers and provide/install new tower(s) in Bldg
88, Altus AFB, Oklahoma. Performance shall be between 7:30 AM to 4:30
PM, Monday through Friday, excluding Federal Holidays. Deviation from
these hours shall be approved by the Contracting Officer or authorized
representative. 2. Contractor shall provide the following: a. Remove
two (2) existing evaporative cooling towers. Contractor shall dispose
of such towers at an approved off-base site at no additional cost to
the Government. b. Contractor shall provide and install one (two cell)
Marley Model #NC 2222 evaporative cooling tower or equal, new valves,
piping and any other requirements to ensure complete installation and
operation of tower. Unit will include but not limited to the
following: ladder and rail assembly, basin heaters, fill valves,
3ph-460vac, 15hp, TEFC, 1800rmp motor and associated hardware. If
contractor proposes other than Marley Model #NC 2222, technical
data/brochures shall be submitted with quotation. c. Contractor shall
modify, if necessary, the existing support structure to accommodate the
new cooling tower system to meet manufacturer's specifications. d.
Modification of existing piping will also be performed to allow
isolation of either cell for maintenance and to allow a combination of
cells #1 and #2, or both cells together to supply condenser water to
either chiller #1 or #2. This work will include fabricating existing
pipe and installing new valves to accommodate the new flow scheme.
Provide freeze protection on all outdoor pipes using insulation and
heat tape products as required. e. Contractor shall become familiar
with work and verify all field measurements. f. All work shall be
accomplished utilizing the following references: ARI ANSI/ARI 410, AMCA
ANSI/ANCA 210, ABEMA Std 9, ABEMA Std 11, ASTM A36, ASTM A123, ASTM
A167, ASTM A176, ASTM A596, ASTM A924, ASTM B117, ASTM B209, ASTM B696,
ASTM Bd1654, ASTM E437, NENA MG 1, SSPC Paint 16, SSPC PS 10.01, UL 94,
UL 507, UL 746c, UL 900, ASHRAE, the NEC and NFC. g. Contractor shall
comply with all base, local, state and federal laws/regulations during
the performance of this contract. 3. Contractor shall provide
temporary cooling to satisfy the demands of the cooling plant for
buildings 87, 88 and 89. This demand may vary from 100 tons to 200 tons
depending on ambient conditions and load. The temporary chiller will
remain on line until the new towers are operational. Contractor will
provide and install temporary equipment, hose, hose connect fittings to
existing water loop, proper size electrical wire according to NEC
requirements and any other materials or supplies necessary to operate.
If welding or cutting is required, contact the Altus AFB Fire
Department for issuance of welding permits. Base personnel will assist
with building connection. A site visit will be conducted on 20 Jan
2000 at 0900 (9:00 a.m.) CST. Please send any questions or requests to
97CONS/LGCB, ATTN: Jose Torres, 205 S. 6th St. Bldg. 318, Altus AFB,
OK 73523-5147. You may also call P.O.C. at (580)481-7321, send a fax to
(580) 481-5138, or email at jose.torres@altus.af.mil. The following
clauses and provisions are incorporated and are to remain in full force
in any resultant purchase order: FAR Clause 52.212-1, Instructions to
Offerors-Commercial Items, (Nov 1999). It is incorporated by reference
and applies to this acquisition. It is amended to read: Submit signed
and dated offer to 97 CONS/LGCB, 205 s. 6th St Bldg. 318, Altus AFB,
OK 73523-5147 at or before 1630 (4:30 p.m.) CST, 27 Jan 2000. Submit
signed and dated quotations on company letterhead or quotation form.
Quotations may be faxed to (580) 481-5138. Offers on this acquisition
shall be evaluated on the basis of price factors only. The government
reserves the right to make award on the initial quote without
discussions. Each offeror shall include a completed copy of the
provisions at FAR clause 52.212-3, Offeror Representations and
Certifications-Commercial Items (Oct 1999) with the quotation. If a
copy of the provisions is needed, please request from Jose Torres, and
a copy will be faxed. FAR clause 52.212-4 (May 1999), Contract Terms
and Conditions-Commercial Items, is incorporated by reference and
applies to this acquisition with the following addendum: DFARS
252.204-7004 Required Central Contractor Registration (Mar 1998). The
clause at 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items (Sep 1999) applies to
this acquisition and is incorporated by reference. Paragraph (b) of the
clause incorporates by reference the following FAR clauses: 52.222-3,
Convict Labor (E.O. 11755), 52.233-3, Protest After Award (31 U.S.C.
3553), 52.222-21, Prohibition of Segregated Facilities (Feb 1999),
52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam era,
52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212), 52.225-19, European Union Sanctions for
Services (E.O. 12849), 52.222-41, Service Contract Act of 1965, as
Amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent
Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) A
Firm-Fixed Price purchase order will be issued in writing. No
telephonic responses will be processed. Department of Labor Wage
Determination 94-2525 Rev (14) applies and is incorporated into this
Solicitation and any resultant Purchase Order. If a copy of the Wage
Determination is needed, please request one from Jose Torres, and a
copy will be faxed. Posted 01/14/00 (D-SN416075). (0014) Loren Data Corp. http://www.ld.com (SYN# 0208 20000119\41-0003.SOL)
41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page
|
|