SOLICITATION NOTICE
35 -- 35-Trailer Mobile Steam Plant, Brand name or equal
- Notice Date
- 2/13/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- 937 N. Harbor Dr. San Diego, Ca. 92132
- ZIP Code
- 92132
- Solicitation Number
- N00244-02-T-0407
- Response Due
- 3/18/2002
- Archive Date
- 4/17/2002
- Point of Contact
- Cindy Lammens (619)532-2411
- E-Mail Address
-
Email your questions to Contract Specialist
(cynthia_a_lammens@sd.fisc.navy.mil)
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. 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.ccr.gov for more information. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-0407 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation doc ument and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 1/31/02. The standard industrial code is 3511 (NAICS 333611), And the business size standard is 1000 employees. The agency need is for 1 ea Mobile Steam Boiler Trailer The following brand name products are known to be acceptable: 1) Nationwide Boiler Model NB1-100-200-LN-P-MBR The following salient characteristics are CRITICAL / ESSENTIAL to the Government Line Item 0001 MOBILE STEAM BOILER TRAILER (Quantity 1 ea) Trailer Mobile Steam Plant, Self Contained, Propane Fired Heater for Steam at 200 PSIG, 100 HP (3450 lb/hr) (DEMINERALIZED WATER ONLY), ASME Design Pressure, Boiler and all related items to be mounted in a 48 foot 20 Ton Tandem axle New Van Trailer, Air Service Brakes, lighting system to meet D.O.T. requirements, Double Rear Doors, (1) Side Door on Street Side, to be determined by contractor (Size and Location), fifth wheel plate height to be 49 inch (plus or minus 1 inch). LOCATION ON NAVY SHIPYARD IN HAWAII. NO MERCURY SWITCHES 1. 100 HP 3-pass wetback firetube boiler, 200 PSIG ASME design pressure. 2. (NO ON BOARD FUEL TANKS) Propane is a clean burning fuel, no standard emission is required, exempt. 3. Duplex Feedwater System. 4. (NO) Duplex Water Softening System. 5. Chemical Feed System. 6. Blowdown System with Cooler Suitable for Discharge to Sewer System. 7. Outlet and Inlet Connections Piped under Trailer Bed on street side of Trailer. 8. Removable ladder on curb side at door. 9. (2) each 2-inch NPT steam quick connect outlets street side under trailer. 10. (1) 1- l/2 inch NPT Demineralized water quick connect inlets street side un der trailer. 11. (1) 1-1/2 inch drain with hose quick disconnect under trailer, in safe location. 12. (1) ? inch Propane quick connect, on street side under trailer. 13. Propane vaporizer in trailer to feed from 500-gallon propane tank. (GOVERNMENT FURNISHED TANK) 14. Fold down stack 15. Dual voltage 480/240 VAC. (100 AMP service) 16. Power driven cord reel with 160 feet of cable (ELC) 17. 120 VAC Convenience outlets 18. Minimum 2 each 120 VAC spare breakers. 19. Sink and Sample cooler. 20. Operators desk. 21. Motor control center system with remote communications & monitoring capabilities. 22. Interior lighting 120 volts. 23. Ventilating system, (NO HEATER) 24. O&M Manuals with GA, P&ID and Electrical Drawings. 1 set 25. Spare Parts Kit (90 day kit to support unit) 26. United to be fully fire tested prior to shipment demonstration to full performance. (With notice to Port Hueneme 2 weeks before test). 27. Bid to be FOB DESTINATION to Pearl Harbor. 28. All testing to be done with DEMINERALIZED WATER (NO OTHER WATER SHALL BE USED IN TESTING AND SET UP) 29. Mobile steam plant will be fully tested at Contractor's plant. 30. NO MERCURY SWITCHES ARE TO BE USED. 31. Set up, and training in Pearl Harbor. (Fully qualified operator to instruct not less than 4 students with a prepared curriculum) State required hours in bid. 32. Provide specific delivery schedules, from demonstrations, to delivery to Hawaii, length of time required for set up and training. Final completion is required by 30 Sept. 2002 Brand name or equal to Nationwide Boiler Model NB1-100-200-LN-P-MBR with general requirements as listed above. All items are to be delivered FOB DEST. to: Commanding Officer, Public Works Center, 400 Marshall Rd. Pe arl Harbor, Hawaii 96860-5470 Marked for: Code 700A The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, 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. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 52.211-5, Material Requirements, FAR 52.212-3 Offeror Reps and Certs, FAR 52.214-21 Descriptive Literature, 52.232-18, Availability of Funds. The clause at 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, Equa l 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. FAR 52.232-8 Discounts for prompt payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor, FAR 52.233-1 Disputes, FAR 52.243-1 changes-fixed price, far 52.246-2 Inspection of Supplies-Fixed Price, FAR 52.247-34 FOB Destination, FAR 52.249-1 Termination for Convenience, FAR 52.249-8 Default, 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; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) 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 Line It ems 0001. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. 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% 30 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified abo ve must also accompany your quote. Quotes must be received no later than 3/18/02 3:00 PM, local time, and will be accepted via fax (619-532-1088) or via e-mail (Cynthia_A_Lammens@sd.fisc.navy.mil) Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher .
- Web Link
-
Click here to learn about FISC San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00026358-W 20020215/020213213245 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |