COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS
J -- REPAIR BY REPLACEMENT ONE WET FUME SCRUBBER
- Notice Date
- June 14, 2001
- Contracting Office
- Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112
- ZIP Code
- 92152-5112
- Solicitation Number
- N66001-01-Q-1777
- Response Due
- June 28, 2001
- Point of Contact
- Purchasing Agent, Claudia A. Aguzar (619) 553-6330. Contracting Officer, Sylvia Proffit, (619) 553-3292.
- Description
- This is a combined synopsis/solicitation prepared in accordance with FAR Part 13. No RFQ will be made available for distribution. Note 1 applies. The government intends to award, on a competitive basis an order for services on repair by replacement, one Wet Fume Scrubber, located outside Building 560N at SPAWARSYSCEN San Diego in accordance with the following Statement of Work: A. Description of Work. 1. GENERAL: The intention of this Task Order is to repair by replacement one wet scrubber for the exhaust system serving the North Tunnel Area at 560N. 2. PROSECUTION AND COMPLETION OF WORK: The contractor shall be required to complete the entire project and make it ready for use no later than 60 calendar days after the required commencement of work. 3. LOCATION: The work shall be located outside, near the air conditioning equipment at 560N. The on-site Technical Representative will indicate the exact location of the work. B. Project Scope. The Contractor shall furnish all services including labor, materials, and equipment necessary to accomplish the task and all incidentally related work. The work shall include the following: 1. PROVIDE MODIFICATIONS TO EXISTING SYSTEM: The Contractor shall determine and provide all necessary mechanical, ducting, duct supports, structural, structural supports, foundation, plumbing/drain alterations, service modifications, and duct fabrication to replace existing wet fume scrubber. 2. REMOVAL AND DISPOSAL: Disconnect, remove and dispose of existing wet fume scrubber, unneeded ducting and all associated demolished materials and debris. 3. PROVIDE AND INSTALL WET FUME SCRUBBER: Provide and install new 15,000 CFM horizontal wet fume scrubber in place of removed unit and with the following specifications: a. Constructed of UV resistant white polypropylene or improved material. b.Single centrifugal blower configuration. c. Minimum of 5 feet of packing material. d. Dual exterior vertical pumps and automatic level/drain controls. e. NEMA 4 power/control panel. 4. TESTING: The Contractor shall ensure proper operation. System must operate in compliance with policies and standards with South Coast Air Quality Management District (AQMD) and must be approved for actual use by the Technical Representative. 5. CLEANUP: The contractor shall be responsible for the disposal of all debris resulting form the work as well as policing work area on a daily basis. 6. WARRANTY: Provide as a minimum one-year warranty on all parts and labor. C. Design Criteria 1. EXISTING CONDITIONS: The contractor shall verify all existing mechanical, electrical, plumbing and structural conditions including dimensions, elevations, and other related conditions at the work site. 2. POINTS OF REMOVAL (POR)/ POINTS OF CONNECTION (POC): The Contractor shall determine all POR and POC. The POR and POC shall include and be limited to these necessary to accomplish the correct and complete installation and/or retrofitting the equipment. The site visit will show the specific equipment to be replaced, points of connection, and points of removal. 3. SITE VISIT: A group site visit shall be required by all the prospective contractors prior to bidding. Make all arrangements for the site visit with the Technical Representative, Robert Holub, (619) 553-3883. E. Work Restrictions 1. WORKING HOURS: All work shall be accomplished during normal working hours, Monday through Thursday 0715 to 1645 hours. On alternate Fridays, Contractor employees will close the station for regular business. On the non-alternate Fridays, the station will be open for regular business from 0715 to 1545. The Contracting Officer will indicate the non-alternate Friday schedule and holidays. 2. SECURITY REQUIREMENTS: The Contractor shall submit a letter to the SPAWAR Systems Center Visitor Control Office on LETTERHEAD stationary giving the following information and signed by the officer of the company. The letter must contain the following information: Full name of the employees working on the contract, citizenship, address, place of birth, date of birth, and social security number. Upon receipt of the letter, the Visitor Control Office will issue the Contractor a Restricted Badge. A picture ID is required to obtain ay type of badge and valid driver's license is required to obtain a vehicle pass. 3. SPECIAL SCHEDULING: The work will be scheduled in such a way so it does not result in an interruption to the operations of the facility for more than 7 continuous days. This interruption can occur only once. F. Technical Representative. 1. The Technical Representative is Robert Holub, 619-553-3883. While price will be a significant factor in the evaluation of offers, the final contract award will be based on responsive, responsible, technically acceptable low offers. Competitive awards may be based on the evaluation criteria stipulated in the Red, Yellow, Green (RYG) Contractor Evaluation System.No telephone requests will be accepted. Facsimile quotations are acceptable and must be received on or before the COB of the closing date. Facsimile quotations may be sent to (619)553-4842. Questions may be directed to Claudia A. Aguzar (619) 553-6330, email: aguzar@spawar.navy.mil. The applicable North American Industry Classification System (NAICS) Code is: 811310 Size Standard is: $5.0. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. Offerors must complete and submit with their quote, a copy of 52.219-1 Alt I/II, Small Business Program Representations. Central Contractor Registration is required for resulting award. Information may be found at http://www/ccr2000.com/.
- Record
- Loren Data Corp. 20010618/JSOL015.HTM (W-165 SN50P029)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on June 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|