Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30, 2001 PSA #2988
SOLICITATIONS

J -- REPAIR OF LESLIE CONTROL VALVES

Notice Date
November 28, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-02-T-A127
Response Due
December 6, 2001
Point of Contact
Mary Wardwell, Contract Specialist, Phone 808-473-7538, Fax 808-473-5750, Email mary_k_wardwell@pearl.fisc.navy.mil
Description
This solicitation is a 100% small business set aside; all responsible sources may submit a proposal which shall be considered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-02-T-A127 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and Defense Change Notice 20011103. The NAICS code is 334512 and the business size standard is 500 employees. This requirement is for a fixed priced contract for services of an OEM authorized repair facility to restore the following valves to OEM specifications: CLIN 0001AA, 3 each 1 inch DDONS Leslie Control Valve and 3 pilot controllers, APL 882191695; CLIN 0001AB, 3 each 4 inch DDLNS-2 Leslie Control Valves and 2 pilot controllers; CLIN 0001AC, 2 each 3 inch DLNS-2 Leslie Control Valves and pilot controllers, APL 882192008; CLIN 0001AD, 1 each 1.5 inch DDONS-3 Leslie Control Valve and one pilot controller, APL 882192003; CLIN 0001AE, 2 each 1.25 inch DDONS Leslie Control Valves and 2 pilot controllers, APL 882192004; CLIN 0002, 3 each 1.25 inch Leslie Control Valves FOF-91, FOF-92, FOF-93, with 3 each pilot controllers. Includes an extra 24 hours of labor and $3000 for materials for additional repairs beyond normal refurbishment are required after valves are opened and inspected. Should additional repairs be required, contractor shall prepare an inspection report and forward it to the Government for approval before proceeding with repairs. Contract shall include manhour rate in their quote. Specifications for CLIN 0001AA -- 0001AE: 1) The repair facility shall disassemble, clean and inspect the valves and pilot controllers for wear and defective parts in accordance with Leslie Controls, Inc. specifications. 2) The repair facility shall restore equipment parts to original tolerances or be replaced with latest current standard parts, with the exception of the pressure containing components. 3) Assemble the equipment and associated components to meet OEM design specifications. 4) Accomplish a shop test of the equipment and associated components, using OEM design specifications for accept/reject criteria. 5) Submit four legible copies of the OEM authorized repair facility diaphragm control valve guarantee to the Government. 6) Crate and secure the equipment and components and return to the original shipper. Specifications for CLIN 0002: 1) Accomplish repairs to valve and associated components as follow. 2) Disassemble, clean internal and external surfaces free of foreign matter (including paint), and inspect valve components for wear and defective and missing parts using manufacturer design specifications for accept/reject criteria. 3) Assemble valve, installing new gaskets, packing, diaphragms, springs, soft seats, and those parts found to be missing or defective, in accordance with the manufacturer's design specifications. 4) Shop test and set valve pressures using 541-6253692 Rev A, Fuel Oil Fill and Transfer System Piping Diagram. 5) Submit four legible copies of a Leslie regulating valve guarantee with the same coverage as a new product to the Government. 6) Crate and secure the valve components and return to original shipper. Contractors quote shall list all proposed components by type, model no, and quantity, that are included in the price for the piers. Contractors quote shall include any special tools required for installation. Quotes will only be considered from authorized Leslie Control, Inc. repair facilities. All proposed components are to be quoted on a fixed price basis. Initial inspection and acceptance shall be made by the cognizant DCMC at the contractor's facility. The place or places designated for such actions may not be changed without authorization of the Contracting Officer. Final inspection and acceptance shall be at Destination by the Government. All certifications/guarantees are required to be delivered with the material. Payment for services will be withheld if necessary certifications/guarantees are not received. Delivery is required within 30 days after receipt of the valves at the contractor facility to be delivered FOB Destination to: Pearl Harbor Naval Shipyard & IMF, 667 Safeguard St, Suite 100, Pearl Harbor, HI 96860-5033. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b) (4), Technical Description-Substitute Descriptive literature for technical description.; Paragraph (h), Multiple awards-Delete entire paragraph. Substitute: Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer. The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation-Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. 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 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT-CCR. 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 to paragraph (b): DFARS 252.227-7036 Buy American-North American Free Trade Agreement Implementation Act-Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 06 December 2001. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MW), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to Mary_K_Wardwell@pearl.fisc.navy.mil.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00604/N00604-02-T-A127/listing.h tml)
Record
Loren Data Corp. 20011130/JSOL006.HTM (D-332 SN5139G1)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on November 29, 2001 by Loren Data Corp. -- info@ld.com